äã rrrrrtxw ãsv rxtrsz ã r xäryätrsz

138
Bharat (eavy Electricals Ltd Electronics Division Mysore Road, Bangalore – ͷͲͲʹ Tender Document for Design, Engg., Manufacturing, Testing, Supply and E&C Support Services of Steam and Water Analysis System ȋSWASȌ‐ Analysers + Sample (andling System for TANGEDCO/ UPPUR ȋʹXͺͲͲ MWȌ TPP Project RFQ Ref.: MGRͲͲͲͲͲʹͷ Dt: ͳͶ/Ͳ/ʹͲͳͺ Due date : Ͳ.Ͳ.ʹͲͳͺ Content A. Technical Specification ȋRef. section –B for Pre‐ qualification requirementsȌ B. Engineering Checklist ȋTo be submitted along with Part‐) BidȌ. C. Commercial Terms & Conditions Comprising of: Special Commercial Conditions of Contract, iiȌ )nstructions To Bidders with Annexures & iiiȌ General Commercial Conditions of Contract. Important Information: Last Date and Time of Tender Submission : Ͳ/Ͳ/ʹͲͳͺ, up to ͳ͵:ͲͲ (rs. Date and Time of Tender/ Part‐) Bid Opening : Ͳ/Ͳ/ʹͲͳͺ, ͳ͵:͵Ͳ (rs. Venue of Tender opening : MM Conference hall , NEB )) Floor, B(EL‐EDN, Bangalore‐ʹ. Contact Persons at BHELEDN, Bangalore: 1. Mr. Mounish G, Sr. Purchase Officer ȋCE‐MM‐PRȌ Ph: ͲͺͲ‐ʹͻͺͻͷ, Mob: ͲͻͳͶͷͳͲʹ Email:[email protected] 2. Ms. Kanimozhi D, Deputy General Manager ȋCE‐MM‐PRȌ Ph: ͲͺͲ‐ʹͻͻͺͺͶʹ Email:[email protected]

Upload: others

Post on 01-Dec-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

Bharat(eavyElectricalsLtdElectronicsDivisionMysoreRoad,Bangalore– TenderDocumentforDesign,Engg.,Manufacturing,Testing,SupplyandE&CSupportServicesofSteamandWaterAnalysisSystem SWAS ‐Analysers+Sample(andlingSystemforTANGEDCO/UPPUR X MW TPPProject RFQRef.:MGR Dt: / / Duedate: . . Content A. TechnicalSpecification Ref.section–BforPre‐qualificationrequirements B.EngineeringChecklist TobesubmittedalongwithPart‐)Bid .C. CommercialTerms&ConditionsComprisingof:i SpecialCommercialConditionsofContract,ii )nstructionsToBidderswithAnnexures&iii GeneralCommercialConditionsofContract.

ImportantInformation:LastDateandTimeofTenderSubmission: / / ,upto : (rs.DateandTimeofTender/Part‐)BidOpening: / / , : (rs. VenueofTenderopening:MMConferencehall,NEB))Floor,B(EL‐EDN,Bangalore‐ .

ContactPersonsatBHEL‐EDN,Bangalore:1. Mr.MounishG,Sr.PurchaseOfficer CE‐MM‐PR Ph: ‐ ,Mob: Email:[email protected]. Ms. KanimozhiD,DeputyGeneralManager CE‐MM‐PR Ph: ‐ Email:[email protected]

REF. : CE/416/UPPUR/SWAS/PS

REV. NO. : 00

A4 - 10 PAGE : 01 OF 02

PROJECT :- UPPUR 2X800 MW

CUSTOMER :- TANGEDCO

CONTRACTOR :- TRACTEBEL ENGG PVT LTD

PURCHASE SPECIFICATION FOR

STEAM & WATER ANALYSIS SYSTEM

REVISIONS : APPROVED

( Punit P Singh )

PREPARED ISSUED DATE

PRK 416 02-06-2018

CO

PY

RIG

HT

AN

D C

ON

FID

EN

TIA

L

THE

INFO

RM

ATI

ON

ON

TH

IS D

OC

UM

EN

T IS

TH

E P

RO

PE

RTY

OF

BH

AR

AT

HE

AV

Y E

LEC

TRIC

AL

LIM

ITE

D.

IT M

US

T N

OT

BE

US

ED

DIR

EC

TLY

OR

IND

IRE

CTL

Y IN

AN

Y W

AY

DE

TRIM

EN

TAL

TO T

HE

INTE

RE

ST

OF

THE

CO

MP

AN

Y

C O PC O PC O PC O PC O PC O P

CE/416/UPPUR/SWAS/PS REV.NO.: 00

CONTENTS

SECTION DESCRIPTION

A GENERAL INSTRUCTIONS

B PRE-QUALIFICATION REQUIREMENTS

C SCOPE OF SUPPLY

D TECHNICAL REQUIREMENTS AND ANALYSER SPECIFICATIONS

E SWAS SCHEMES

F QUALITY CHECKLISTS

G APPROVED VENDOR LIST

CE/416/UPPUR/SWAS/PS REV.NO.: 00

SECTION- A

GENERAL INSTRUCTIONS TO BIDDERS:

All required documents against this Tender/Specification shall be submitted in English only. Introduction: Bidders are required to offer SWAS to be used in Power Plant applications. In order to accept the Technical offers / prop osals from Bidders for the pro ject mentioned in this Specification (refer Sections C, D, E & F), certain Pre-qualification criteria are required to be met by Bidder. Pre-qualification requirements are clearly mentioned in AA of Section-B of this Specification. Bidder to rea d the same ca refully a nd submit th e det ails/documents required for BHEL’s acceptance. In case Bidd er does not in clude the details or me et th e requirements of Pr e-qualification requirements, their offer will be summarily rejected and Bidder’s Technical offers will not be evaluated. Evaluation methodology: BHEL shall initially open Bidder’s PQR documents as per Section-B o f this sp ecification fo r review & a cceptance. Only after acceptance of PQR documents, BHEL shall open Bidder’s technical offers for evaluation. Technically acceptable vendors will be proposed to customer / End u ser for v endor approv al. Co mmercial bids o f only accepted/approved vendors by End users/Customers, shall be considered by BHEL for further processing. Bidders are required to submit offers as detailed below:

A. Documents pertaining to Pre-Qualification requirements for AA of Section-B along with point-wise compliance to be uploaded as Part-I Bid.

B. Documents pertaining to Clause BB Section-B along with point-wise compliance to be uploaded in Part-I Bid, documents for t his clause to be identifiable separately in the uploaded documents.

C. Technical offers/proposals fo r th e Proj ect, whose requirements ar e mentioned in Sections C &D to be submitted along with point-wise compliance and uploaded as Part-II Bid.

Note 1:-W henever required during e valuation o f PQR and Tech nical offers/b ids, ven dor i s required to be present at BHEL Electronic Division, Bangalore, for discussions. Further in the event of order, during approval of the Vendor documents by End users/Customers, Vendor shall accompany BHEL representative for discussions. Note 2:- Deviations (if any) shall be discussed with o nly those v endors who quote for this tender.

CE/416/UPPUR/SWAS/PS REV.NO.: 00

SECTION- B AA. Pre-Qualification Requirements (PQR) of Bidders for SWAS:

1. “Bidder/OEM/System Integrator shall have successfully completed design,

engineering, procurement, manufacturing, shop testing, erection and comm issioning of SWAS, which had guaranteed and trouble free performance has been proven at least for Two (02) Years as on 01.10.2015, in not less than two (02) Nos of different reheat type pulverized coal fired units of unit size not less than 500 MW except some specific requirements indicated elsewhere.”

2. Original Equipment Manufacturers based outside India, who are making offer for this tender shall have authorized representa tives in I ndia f or suppor t r elated to Documentation, Erection, Commissioning & post commissioning services. The Indian representative should have the team of experienced service engineers on payroll.

3. Submit Reference List of Projects wherein offered system is supplied & commissioned and working satisfactorily, along with details of critical components like Coolers, High Pressure Reducer/regulator, Back Pressure regulator and Year of Commissioning.

4. If Bidder is proc uring Chiller from a subcontractor, he should declare subcontractor name & location. Bidder to cer tify that Chiller subcontractor meets required Quality standards for the product. Bidder should have supplied & commissioned Chiller from offered subcontractor for min. one system.

5. For bi dder/OEM/System I ntegrator of fering upgraded / latest m odels of various analysers, PQR of equivalent previous m odel is accept able subject to meeting PQR indicated in c lause AA. 1. In such cases OEM shall cer tify tha t offe red m odel is upgraded version of previous model.

6. OEM shall furnish an underta king that in case of change in Indian re presentative / agent, OE M sha ll continue to s upport supp lies m ade by previous representatives/agents w.r.t to field service and supply of spare parts.

7. Bidder shall have optimum inventory of critical components like sensors/ electronic modules of A nalysers a nd Coolers, pre ssure r egulators et c. t o m eet sit e requirements/failures on urgency basis.

8. BHEL shall issue call for service / commissioning with 07 days’ notice. Bidder shall agree to visit BHEL project sites within above notice period.

9. BHEL sh all su bmit cr edentials/details f urnished by vendor with t heir o ffers to customer and await custo mer’s decision for a maximum of one month from the date

CE/416/UPPUR/SWAS/PS REV.NO.: 00

of PQ bid opening. If approval is not received within above period, BHEL shall treat the offer as “NOT Meeting PQ” criteria and offer shall be rejected.

10. In case Customer/End user does not acc ept the off ered makes of analysers, bidders offers will be acceptable only if they agreed to supply Analysers of customer approved make of Analysers without any commercial implications to BHEL.

BB. Additional Documents to be submitted along with the documents related to PQR

above for reference (OPTIONAL):

1. Technical literature / Manuals of offered Sensors/ System/ Accessories. 2. In the eve nt o f tec hnical spec ification no t indic ated in Technical litera ture,

confirmation from OE M is acceptable. Such conf irmations shall be suitabl y supported by certificates like Type test/ Routine test certificates.

3. Submit Unpriced Purchase Order copies for executed projects in the past three years. 4. Submit List of Projects, for which Erection & Commissioning has been carried out

in the past three years. Also, submit reports of successful erection & commissioning Protocols & Minutes of the meetings for handing over of SWAS for these projects.

5. Name & registered address of the Indian branch office or Indian representative for support of E&C and after sales service with Organization chart.

6. Bidder shall ha ve f acility in India f or Engineering activiti es, preparation o f Documents, trouble shooting and calibration of the system. Submit these details.

7. If Bidder is n ot Original Equipment Manufacturer (OEM), then Bidde r to include Authorization le tter fro m OEM for Desig n, Engineering, Ma nufacture, Testing, supply, Erec tion, Comm issioning a nd S ervicing of t he of fered S ystem. This Authorization letter provided by OEM to Bidder shall indicate the Type and Duration of Validity of the agreement.

Important Note: In case Bidder does not submit details mentioned in above clauses (AA) or meet the requirements of Pre-qualification requirements (AA), Offers will be sum marily rejected and Bidder’s Technical offers/proposals will not be evaluated. Please read carefully the GENERAL INSTRUCTIONS in Section A of this specifications. Note: A point-wise compliance to be submitted for SECTION-B along with all

relevant documents.

REF. : UPPUR/416/SWAS/SOS

REV. NO. : 00

A4 - 11 PAGE : 01 OF 03

PROJECT :- UPPUR 2X800 MW

CUSTOMER :- TANGEDCO

CONSULTANT :- TRACTEBEL ENGG PVT LTD

SCOPE OF SUPPLY

REVISIONS : APPROVED

( Punit P Singh )

PREPARED ISSUED DATE

PRK 416 02-06-2018

CO

PY

RIG

HT

AN

D C

ON

FID

EN

TIA

L

THE

INFO

RM

ATI

ON

ON

TH

IS D

OC

UM

EN

T IS

TH

E P

RO

PE

RTY

OF

BH

AR

AT

HE

AV

Y E

LEC

TRIC

AL

LIM

ITE

D.

IT M

US

T N

OT

BE

US

ED

DIR

EC

TLY

OR

IND

IRE

CTL

Y IN

AN

Y W

AY

DE

TRIM

EN

TAL

TO T

HE

INTE

RE

ST

OF

THE

CO

MP

AN

Y

C O PC O PC O PC O PC O PC O P

SL NO ITEM DESCRIPTION UNITS QTY PER SET TOTAL QTY

1 SAMPLE HANDLING SYSTEM -

a PRIMARY RACKS (With IBR certified Isolation , Blowdown Valves & IBR certified Cooler Coils ) NO. 2 4

b WET PANEL - ENCLOSED TYPE WALK WAY THROUGH TYPE PANEL NO. 1 2

c DRY PANEL NO. 1 2

d CHILLER UNIT - 2x100% REDUNDANT - Min. 5 TR rating (With 25% extra Capacity) NO. 1 2

2 ANALYSERS - MICROPROCESSOR BASED WITH DIGITAL COMMUNICATION FACILITY LIKE RS 485/Modbus/Profibus and HART

a CONDUCTIVITY(SPECIFIC, CATION) ANALYSER - SINGLE CHANNEL NOS. 18 36

b CONDUCTIVITY(SPECIFIC) ANALYSER FOR HOTWELL - SINGLE CHANNEL NOS. 2 4

c pH ANALYSER- SINGLE CHANNEL NO 11 22

d DISSOLVED OXYGEN ANALYSER- SINGLE CHANNEL NOS. 4 8

e SODIUM ANALYSER (MULTI CHANNEL- 4 CHANNEL INCLUDING SPARE CHANNEL) NO 1 2

f SILICA ANALYSER (MULTI CHANNEL- 3 CHANNEL INCLUDING SPARE CHANNEL) NO 2 4

g HYDRAZINE ANALYSER (DUAL CHANNEL - 2 CHANNEL INCLUDING SPARE CHANNEL) NO 1 2

h CHLORIDE ANALYSER (MULTI CHANNEL- 3 CHANNEL INCLUDING SPARE CHANNEL) NO 1 2

3 LOOSE SUPPLY ITEMS AS PER ANNEXURE-A ST 1 2

4 Mandatory Spares as per Annexure- B ST 1 2

5 COMMISSIONING SPARES- Reagents / Standard Solution / Calibrators required for commissioning & Handing over of System to Owner ST 1 2

6 CONSUMABLES OTHER THAN CHEMICAL REAGENTS LIKE PH CELL , DO Sensors ,ETC ST 1 2

7 CONSUMABLES I.E. CHEMICAL REAGENTS FOR 1 YEAR OPERATION ST 1 2

8 ANNUNCIATOR - Microprocessor based Minimum 65 Points, Window size : 70 mm x 50 mm ST 1 2

9 O & M MANUALS / DOCUMENTATION CHARGES LOT 1 2

10 TEST, CALIBRATION & GUARANTEE CERTIFICATES AS PER APPROVED QUALITY CHECKLIST/ PLAN LOT 1 2

11 SUPERVISION OF ERECTION, TOTAL COMMISSIONING AND HANDING OVER OF SWAS SYSTEM ST 1 2

12Price for one line of High Pressure & High Temp. - Primary & Secondary cooling to be considered along with other instruments as per

P&ID applicable for the project.ST 1 1

13Price for one line of Low Pressure & Low Temp. - Secondary cooling to be considered along with other instruments as per P&ID

applicable for the project.ST 1 1

14 Sample/Metering Pump with MCB & Starting panel - Suitable for metering sample. No. 1 1

15 Thermal Shut-off Valve No. 1 1

16 Chloride Analyser - Single Channel No. 1 1

17 Chloride Analyser - Dual Channel No. 1 1

18 Following activities will be in Vendor's scope :-

19 Note:-

1.0 Vendors to quote unit rates for all above items individually.

2.0 Vendors who do not quote prices as per pt. 1.0, shall be disqualified.

3.0 BHEL shall use unit rates indicated above for quantity addition/deletion required during execution. 4.0 Bidders to quote item wise prices for all the items indicated above. Evaluation for L1 shall be done considering offered prices for all items indicated above however Items in sl. No. 12, 13, 14, 15, 16 & 17 shall be ordered only if required.

SCOPE OF SUPPLY FOR UPPUR 2X800 MW

i. Supervision of erection, Total commissioning & Handing over of the system to the End user.

ii. Erection of inter connecting cabling / tubing between wet & dry panel, chiller & wet panel etc.

iii. Complete Erection of Chiller system including proper insulation of pipes between chiller & wet panel.

iv. Vendor to also consider 1 no. of Gas filling at Site for Chiller during Commissioning/Handing over. This shall be in addition to Gas filling done at OEM works for inspection.

UPPUR/416/SWAS/SOS

SL. NO DESCRIPTION QTY / UNIT

1 Power Cable to SWAS panels 25 Meter2 Power Cable to Chiller( 3 phase 3 wire) 25 Meter

3 Special Cables between wet and dry panel . (for each cell / analyser Combination) 30 Meter/ run

4 All cabling and Tubing(along with connection fitttings) between wet and dry panel 30 Meter / run

5 Cooling water header, A 106 Gr. B, 2 " NB Sch 40 (between nearest tapping point & chiller and chiller & Wet panel )+ Elbows (20 Nos) and Bends(10 Nos) . 60 Meter

6 Blow down header(Wet Panel) , A 106 Gr. B, 2" NB SCH 40 + Elbows (3 nos.) 20 Meter

7 Blow down header (Primary Racks) , A 106 Gr. B , 2" NB SCH 80 + Elbows (3 Nos) 20 Meter

8 Recoverable drain header , SS 316 , 2" NB SCH 40 + Elbows ( 3 Nos. ) 20 Meter

9 Waste Drain header (analyser Panel) A 106 Gr. B , 2" NB SCH 40 + Elbows ( 6 Nos. ) 30 Meter

10 Waste drain header( Primary Racks)) , A 106 Gr. B , 2" NB SCH 40 + Elbows ( 3 Nos) 30 Meter

11 Waste drain header (wet panel ) , A 106 Gr. B , 2" NB SCH 40 + Elbows ( 3 Nos) 20 Meter

12 Furniture:-i Teak wood laminated work tables 1x2 meters 2 Nos.ii Industrial grade high adjustable wheeled swivel chairs 5 Nos

iii vertical cabinets 1000 x 480 x 2000 mm made of sheet steel (18 gauge sheet thickness) 2 Nos. and equipped with safety locks, one shelf 200 x 500 x 200 mm with partitions made of steel

Note :-

ANNEXURE - "A"

LOOSE SUPPLY ITEMS FOR SWAS

1.0 Vendors to quote unit rates for all items individually.

2.0 Vendors who do not quote prices as per pt. 1, shall be disqualified.

3.0 BHEL shall use unit rates indicated above for quantity addition/deletion required during execution.

4.0 In addition to the set of flanges(mating & counter) which is mounted on the header in panel/rack , vendors to consider one additional set of mating & counter flanges for all headers,as indicated above.

5.0 For Tubing between wet and dry panel suitable connectors shall be provided.

6.0 Insulation of pipe between Chiller and Wet Panel shall be done at site by bidder.

SL. NO DESCRIPTION Quantities are per unit basis

a. High pressure reducing elements for sample flow. 10% spare of qty. installed or 3 nos. (whichever is more).

b. Panel mounted type sample pressure gauges, sample temp

gauges and sample flow indicators.

2 nos. each.

c. Temp switch/flow switch/temp.controller/temp

gauge/pressure gauge each for the chilled water system.

1 no. each.

d. Filters along with filter elements. Two nos. of filters along with 40 nos. of filter

elements.

e Sample probes Ten nos. or minimum 1 no. of each type whichever is more

f Sample shut-off valves 2 nos.

g sample blow down valves 4 nos

h Solenoid valves 2 nos. of each type and rating

i safety relief valves 2 nos.

j Isolation valves used for pressure indicator and flow

indicator isolation

6 nos.

k Back pressure valves. 2 nos.

l Grab sample valves 2 nos.

m Quick disconnection type valves. 4 nos

n Sample temp. control valves/Thermal Shut Off Valve 4 nos.

o Ion exchange columns with resin as utilized with cation

conductivity analysers

Four Nos. and 12 sets or No. of sets required for complete one year

operation, whichever is more of replacement cartrige for ion

exchange column.

p Conductivity cells as utilised with conductivity monitors Two nos of each type

q pH flow-through type cells used with pH monitors Two nos of each type

r Chemical reagents for all analysers 12 months continuous operation of all analysers from date of taking

over.

s Chemical reagents for colorimetric silica analyzers 12 months continuous operation of all analysers from date of taking

over.

t Electronic Modules, sensor, flow assembly and measuring

chamber

One (1) no. for each type of Analyser.

u Power supply sub-assemblies 10% or two no. (Whichever is more) for each type of Analyser.

v Pressure gauge, solenoid valves, temperature gauge, Back

Pressure regulating valves, 3 way grab valves, needle

valves, isolation valves, PRV, flow switch, flow indicator

and temperature switch, erection hardware’s, valves in

SWAS.

Two (2) no. of each type

w Primary coolers/secondary coolers. Three (3) No of each type

ANNEXURE - "B"

MANDATORY SPARES FOR SWAS

Telangana State Power Generation Corporation Ltd 1x800 MW Kothagudem REF:- UPPUR/416/SWAS/TR

TECHNICAL REQUIREMENTS &

ANALYSER SPECIFICATIONS

SECTION D

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 283

CHAPTER-5

STEAM AND WATER ANALYSIS SYSTEM AND FLUE GAS ANALYZERS

5.00.00 Design criteria for continuous on line analytical measurements of important plant media

such as water, steam and flue gas shall be based on microprocessor based instruments

only.

5.01.00 General Requirements

a) Separate Steam and Water Analysis System shall be furnished for continuous

monitoring and control of water and steam purity in the plant cycle of each unit

and at other important points as specified in this specification. The SWAS System

and Analytical lab may preferably be located on the “0” M floor in TG building.

b) The sampling system shall obtain samples from steam and water system, which

shall be adequately conditioned and fed to analyzers for continuous analysis and

provide parallel facility for grab sampling as specified.

The analyzer outputs from SWAS shall be used for providing -

i) Continuous monitoring of various parameters using SWAS OS as specified

herein with isolated analog outputs of 4-20mA, DC for each parameter for

monitoring in plant monitoring system i.e DDCMIS.

ii) Alarm for all significant parameters measurements which exceed their

permissible limits including those of sample conditioning system, with

repeat facility in the Central Control Room in the form of potential free

contacts and for hooking up to plant monitoring system.

This will enable the plant chemist and operators either to make adjustments in the

water and steam conditioning system or to modify plant-operating procedure so as

to minimize equipment damage due to corrosion, scaling etc.

c) The Bidder shall furnish all analyzers/monitors including sample conditioning

components and other devices as specified in the sample stream detail table. The

bidder shall furnish all required accessories for completeness of the analyzers

furnished by him even though this may not be specifically stated in other clauses

of this specification.

d) The system shall be furnished complete with sample conditioning devices and

monitoring instruments (for temperature, pressure, flow & sample), analyzers,

transmitters, indicators, alarm initiating devices, interlocks, isolated 4-20 mA DC

for plant monitoring system and all required accessories to provide a complete

and integrated sampling and analysis system as per the intent and requirements

of this specification. Sample line diagrams shall be used to implement the design

at system level that shall be subject to Owner approval. All necessary piping,

tubing, fittings and valves etc. shall be furnished.

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 284

e) The SWAS system shall be designed in accordance with the recommendations in

ASME PTC 19.11 Part II (latest edition) – Standard Practice for Steam and water

sampling, conditioning and analysis in power plant, ASTM D3370 (Latest edition) –

Standard Practice for sampling water from closed conduits, ASTM D5540 (Latest

edition) – Standard Practice for Flow control and Temperature control for on-line

water sampling and analysis and ASTM D1066 (latest edition) - Standard Practice

for sampling steam.

f) The Bidder shall be fully responsible on system basis, for proper engineering,

selection of hardware, manufacture, testing, installation, commissioning and

satisfactory functioning of complete and fully operational steam and water analysis

system, meeting the intent of this specification. All system components and

accessories required for completeness of this system shall be furnished by the

Bidder although these may not be individually specified herein.

g) The equipment shall be constructed to operate accurately and safely under the

operating conditions described or implied in this specification, without undue

heating, vibration, wear, corrosion or other operating troubles.

h) All parts subject to high pressure or temperature or other severe duty shall be of

materials suitable for the service.

i) All piping, tubing, fittings, valves, filters and other wetted parts in the sampling

and analyzing system shall be of type 316 H stainless steel or other suitable

material for the service approved by the Owner of Swagelok, Dr Thiedig or Parker

make only. No plastics or rubber shall be permitted except within analyzers as

furnished by the manufacturer. Double ferruled double compression type fittings

shall be used only. All critical components like sample coolers, PRV, Back pressure

regulator, thermal shutoff valve etc shall be of Sentry, Lowe or Dr Thiedig make

only.

j) All other SWAS system components and accessories shall be from the latest

proven product range of qualified/reputed approved manufacturers. The SWAS

components and accessories shall be of specified makes and models approved by

owner, fully meeting the qualifying requirements.

i) To ensure operation under adverse conditions the equipments mounted

outside the Sampling and Analysis Room shall be designed for outdoor

conditions.

ii) Sample room located instruments and electronic hardware will be required

to operate normally in an air-conditioned area.

However, they shall also be able to operate indefinitely with ambient room

temperature between + 5 deg. C to + 55 deg. C and relative humidity upto 95%,

during air conditioning failure.

k) One WORK STATIONS-based operator station with A4 sized B&W LaserJet printer

for water chemistry parameters as a part of performance calculations &

optimization package (Hooked up to the DDC MIS through redundant “OPC, MODBUS or DDCMIS TCP/IP network etc”) and one no. SWAS OWS shall be kept

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 285

in SWAS/Chemical Express lab room as specified in chapter 4. Specification for

WORK STATIONS and printer shall be same as specified else where in the

specification.

l) All the analysers should work with sample temperature of 40-45 deg.C with out

chilled water requirement.

m) Alarm Annunciation:

HW Alarm annunciator shall have adequate/required points (80 or more which

shall be finalized during detailed engineering) and with 50 windows.

n) All the components, piping, tubing, fittings, valves, filters and other wetted parts

in the sampling and analyzing system shall be designed to handle the over range

of One Fifty (150) percent of operating process parameters.

All materials, furnished shall conform to the latest editions of America National

Standard Code for Pressure piping, Power piping, ANSI B31.1, ANSI B16.11, ASME

Boiler and Pressure Vessel Codes, IBR and other applicable ASME, ANSI and

Indian Standards. Schedule numbers, sizes and dimensions of all carbon steel,

stainless steel and alloy seamless steel pipe shall confirm to ANSI B.36.10 and of

stainless steel pipe shall confirm to ANSI B 36.19 unless otherwise specified.

o) Field proven reputed international make microprocessor based

MONITORS/analysers with LCD/TFT display AND WITH NECESSARY FAULT

DIAGNOSTIC FEATURES shall be supplied for complete plant.

5.02.00 Sample Conditioning System

a) General

i) Sample conditioning system shall be designed and constructed to receive and

condition all samples (listed in the enclosed Sample Stream Specification) as

required by the respective analyzers connected to the sample streams. This will

include all conditioning as specified herein and shall cover the following:

- Sample filtering

- Primary and final sample cooling and temperature control

- Pressure reduction and control as required

- Flow rate control

- Pressure & Temperature protection

- Other treatment as required by individual analyzers or specified herein.

ii) The sample conditioning system shall provide samples at 25 C or a preset

temperature required by the analyzer within tolerance of + 1 C, at a pressure of

about 2 kg/cm2 and at flow rates as required by individual analyzers/streams.

iii) Sample line to analyzer elements shall incorporate an anti-syphon design to

prevent possibility of running dry because of a broken or plugged sample line.

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

Work Station in BHEL Scope

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 286

iv) Sample conditioning system shall be designed and constructed to fully meet the

intent and requirements of this specification.

Suitable arrangement shall be made by the bidder to condition the sample by way

of providing chiller and sample coolers.

v) The cooling and chilled water header (inlet & outlet) shall be provided with

pressure gauge, temperature gauge, RTD, flow switches, safety relief valves,

flanged, isolating valves and instruments as indicated in Drawings enclosed with

specification.

Safety relief valve shall be provided at DMCW inlet header with drain of safety

relief valve connected to waste drain header.

Outlet valve of each sample cooler shall be isolating & throttling type in line with

ASME PTC 19.11 standard.

Inlet valve of each sample cooler shall be isolating & diverting 3 way type in line

with ASME PTC 19.11 standard.

vi) Provision shall be made for heat exchanger shell drain, which will be connected to

drain header.

Potential free contact shall be provided for annunciating loss of cooling/chilled

water.

b) Sample Filters

Sample particulars removal shall be accomplished by passing all sample through

cartridge filters with type sintered 316 stainless steel body. Removable type filter

element shall be capable of retaining particles of 40 micron and larger. These

elements shall be installed downstream of solenoid operated sample shut of valves

at each branch of analyser sample stream.

c) Sample Cooler

All samples having a temperature in excess of 45degC shall be cooled by use of

primary sample coolers.

The sample cooler shall use DMCW water (softened water) as cooling water. This

cooling water is tapped from DMCW water system, whose temperature may vary

from 20degC to 40degC. A maximum cooling water temperature of 40degC shall

be considered for design of sample cooling system. Capacity of cooler shall be

adequate to cool the sample within 5degC of cooling water inlet temperature

considering the combined flow of each analyzer connected to sample cooler and

one manual grab sample at flow rate of 500 cc per minute and assuming adequate

fouling factor of 0.2. Cooler capacity calculations shall be submitted by bidder

during detailed engineering.

Provision shall be made for adjusting the temp. of each sample individually at an

optimum value.

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 287

Sample cooler shall be of submerged Helical coil type of shell and tube design with

removable shell. The sample tube shall be of seamless with no welds and other

joint inside the cooling jacket. Unions shall be provided to facilitate removal of

coils. All sample coolers shell, coil, tubing and fittings, other components shall be

constructed of type 316 stainless steel or better as per process requirements.

Cooler design shall conform to requirements of ASTM D1192-1998 (Equipment for

sampling industrial water and steam). IBR certificate is required, wherever

applicable. The shell relief valve shall be built in type.

d) Secondary Sample cooler

In secondary sample coolers provided with each sample stream, sample shall be

finally cooled to minimum 25 deg. C or to the required temperature as specified

by the analyzer manufacturer and as approved during engineering within a

variation + 1 Deg. C before passing sample to the respective measuring cells. This

shall be accomplished in the secondary sample cooler by counter current heat

exchange of each sample against the flow of chilled water at 20 Deg. C. The

chilled water for the secondary sample cooler shall be provided by package

refrigeration unit (chillers).

Cooler capacity calculations (considering fouling factor of 0.2) shall be

submitted by bidder during detailed engineering.

All samples will be passed through cartridge type filters before being colled in

respective secondary coolers. Sample cooler shall be of submerged Helical coil

type of shell and tube design with removable shell. The sample tube shall be of

seamless with no welds and other joint inside the cooling jacket. Unions shall be

provided to facilitate removal of coils. All sample coolers shell, coil, tubing and

fittings, other components shall be constructed of type 316 stainless steel or

better as per process requirements. Cooler design shall conform to requirements

of ASTM D1192- 1998 (Equipment for sampling industrial water and steam). IBR

certificate is required wherever applicable. The relief valve shall be provided on

the cooling water jacket of each cooler in addition to a relief valve at the cooling

water header.

Wherever primary coolers are not required for sample temperature less than 45

deg C, Temperature switches shall be provided in the sample lines at the

secondary coolers outlets for sample outlet temperature high annunciation and

Thermal shut-off valve shall be provided in the sample lines at the secondary

coolers outlets for shut down of high temp. sample at inlet to the Analysers.

Duplex RTD shall be provided to annunciate high chilled water Temperature on the

Dry panel and in DDCMIS.

e) Chiller

Two (2) 100% capacity hot redundant water cooled chillers shall be provided for

the SWAS package.

Each chiller unit shall be designed with sufficient refrigeration capacity to ensure

each sample stream temperature to 25 deg. C ± 1 deg. C when all streams are

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

Chiller Tank shall

be SS316 material

All components of

chiller shall be

compatible to work

with DMCW.

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 288

simultaneously at maximum flow rate and maximum temperature. The chiller

capacity shall have a provision of 25% spare capacity for future samples.

Suitable temperature monitoring and control systems with duplex RTD shall be

provided for maintaining the chilled water temperature at chiller outlet at 20 deg.

C or at a designed preset value and within the desired band. The compressor

shall be readily accessible for service and shall include low noise hermetically

sealed motors. Compressor assembly shall also include crank case heaters,

suction and discharge valves, oil sight glasses, forced feed lubrication system and

an integrated motor protection system alongwith the necessary instruments.

The condenser shall be water cooled, cleanable shell and tube with water

regulating valve. The cooling water shall be supplied from closed cooling water

system.

Chiller shall be of the direct expansion type with refrigerant tubes inside a shell,

completely insulated and to be constructed in accordance with the ASME code for

unfired pressure vessels.

Refrigerant circuit shall be complete with a thermostatic expansion valve, liquid

line solenoid valve, sight glasses, filter-dryer, refrigerant shut-off and charging

valves.

The chiller water pump shall be of the centrifugal type, close coupled, bronze

fitted construction, complete with motor. Pump & motor shall be designed for

continuous operation. Vibration dampeners shall be mounted between the

packaged chiller and the channel base.

DM Cooling water and chilled water piping shall be provided with block valves.

The Bidder shall provide detailed calculation for chiller capacity and other technical

particulars like foundation details/mounting etc. and the same shall be subject to

Owner's approval.

The chiller system shall be provided with 100% redundant chilled water pumps

with suction and discharge pressure gauges and temperature gauges; Chilled

water circulation pump with 100% standby facility; Storage tank automatic water

make up with manual by-pass facility, temperature indicator, level gauge and

drain and overflow connection, in addition to any other instruments/equipments

required for smooth, convenient operation of the system, which shall also be

furnished by the Bidder.

f) Sample Pressure Conditioning

The pressure reduction of samples shall be accomplished by using high pressure

reducing element. All samples after high pressure reducing element shall be

provided with back pressure regulating valves.

Each sample line shall include a safety relief valve down stream of the control

valve.

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 289

For samples with pressure less than 2 kg/cm2, suitable field mounted pumps shall

be provided by bidder as part of the sampling system.

i) Pressure reducing element

Pressure reduction of samples shall be accomplished by means of a

variable rod-in-tube capillary capable of discharging low flow at low

pressure into a sample stream (In primary wet sample panel and in

secondary wet sample panel) as per requirement of analyzers. These

pressures reducing element shall be conveniently located for removal and

cleaning.

ii) Pressure regulating valves

The pressure regulating valves shall be furnished for all samples to

maintain constant sample flow at a pre-set sample pressure. Variation in

sample flow to individual analyzer shall not exceed 5% when total sample

flow is increased or decreased due to change in number of individual

analyzers utilizing a particular sample. Valve shall be back pressure

regulating type.

g) Sample system thermal shutoff valve, RTD, temperature switches,

pressure gauge, Flow switches and flow indicator

The temperature gauge shall be 100 mm size, gas filled type thermometer with SS

armoured capillary of suitable length required with + 1% accuracy for installation

in wet panel (for other details refer chapter 3). Bimetallic type thermometer will

not be acceptable.

Automatic Thermal shut-off valves shall be provided for shut down of high temp.

sample after primary cooler and after secondary cooler to protect the analysers.

Thermal shut off valve body material & wetted part material shall be SS316. Valve

position indication (Open & close) shall also be provided in SWAS panel and

DDCMIS.

The pressure gauge shall be 100 mm dial size. Sample rate of flow indicator shall

be purge type meter with 75 mm scale length, panel mounting bezel and SS316

float & SS316 body.

Level gauges shall be tampered, borosilicate transparent type of minimum

pressure rating 300 psig.

Each gauge shall have a dial engraving or separate phenolic name plate to identify

the service. Service engravings, make, model, ranges and other technical features

shall be subject to Owner approval. Gauges shall be located on the front of sample

conditioning panel.

Flow indicator & flow switches shall be provided on the primary cooling water

outlet and on the chilled water outlet as indicated in the drawings for SWAS.

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 290

Accuracy/repeatability shall be ± 2 %. Make & model of flow switches & flow

switch shall be of Owners approved one.

Temperature switches/RTDs shall be provided on the sample lines and water lines

as indicated in the drawings for SWAS. All switches shall have repeatableity within

± 1.0% of full scale range.

Above instruments shall meet the technical specification requirements mentioned

in Vol. V, chapter 3.

h) Grab samples

Grab sample valves on the front of SWAS panel shall be arranged to allow grab

sample flow to be directed to either a drain header or through a grab sample

nozzles to samples trough. Enough flexible Tygon tubing shall be furnished to

allow sample collection without splashing. Grab sample nozzle shall be provided

with adaptor and panel mounted flanges.

i) Sample table

All steam and water analyzers should be installed in a room. This arrangement

would help better maintenance and better control of water chemistry.

For measurement of conductivity of condensate water in the hotwell, direct

mounting type conductivity cells shall be used. Hotwell conductivity

analyzer/monitor shall be mounted on a standalone panel in an Air conditioned

environment. For all measurements other than conductivity of condensate water

in hot well, sample shall be brought to the sample table, where sample shall be

cooled and their pressure reduced and flow regulated before being led to the

respective sensors for analysis of different parameters. For make up DM water

sample stream, sample extraction pump shall be provided.

The core of sampling system is the high pressure sample cooler. One or two high

pressure shut off valve depending upon sample inlet pressure shall be provided in

the sampling line at the inlet of the cooler. Another high pressure shut off valve

for blowing down the sampling line shall be connected before sampling line shut

off valves. An indicator shall be provided to measure the temperature of a sample

after cooler. One signaling contact for alarm at high temperature shall be provided

with temperature switch. The required contact multiplication shall be done through

relays mounted inside the analyzer panel by bidder. This measurement point is to

be followed by high pressure reducing element, pressure reducing valve, safety

shut off valve and safety relief valve, pressure gauge and multi valve manifold.

The multi valve manifold and fittings are liable to be subjected to high pressure in

the line when the valves are closed. Thus the pressure rating of these valves and

all associated fitting should be same as that of the root valve in the corresponding

sample line. This multi valve manifold should have separate outlets leading to

individual analyzers. The flow of sample to individual analyzers should be

indicated by a flow meter. The flow, temperature and pressure indicators and

needle valves should be mounted on the front of vertical portion of sample table

for ease of operation as well as for proper layout.

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 291

Two numbers of cation exchange columns (one working and one standby) should

be provided with manual switching for each cation conductivity measurements.

Bidder shall provide all equipment necessary for bringing cooling water to sample

table from one common point of cooling water supply line. Flow switch shall be

provided for signaling loss of cooling water flow at each cooler outlet. During

collection of grab samples, flow of sample to analyzers shall not be affected.

j) Sample patch board

A quick disconnect patch board shall be furnished on the SWAS panel. The patch

board shall allow sample to be routed to any analyser through quick disconnect

valve at patch board on the sample conditioning panel. The area shall consist of a

patch board with bulk head fittings with double end shut off and hose inserts.

Body protector plugs shall be provided for each bulkhead tube fittings. Number of

hose inserts, disconnect fittings etc shall be as shown in SWAS diagram and other

specification documents.

The plug shall be of type SS 316 construction. Sufficient length of 6 mm ID,

9.5mm OD tubing shall be provided for complete spanning of the patch board area

for interconnection of the bulkhead tube fittings. Each connection shall be

provided with a phenolic name plate engraved with a legend acceptable to the

owner.

5.03.00 Steam and Water Analysis System (SWAS) Panels

a) Design Consideration for SWAS Panel and

Accessories

The SWAS Panels shall have two sections namely sample conditioning section and

analyzer section . The first section shall be the wet section of SWAS panels which

shall be called as the "Sample Table". The second section shall be the dry section

housing the analytical transmitters, signal conditioning devices and other requisite

accessories.

All monitoring instruments and controls for sampling system shall be located on

the front panel and shall be grouped accordingly to function in a logical and

orderly fashion. There shall be a general progression of flow from top-to-bottom

and left-to-right to minimize sample line length, purge times and material exposed

to sample. Similarly, the conditioning components for each stream shall be

grouped together wherever possible.

Indicating instruments such as pressure, temperature and flow shall be arranged

in a vertical line directly above the grab sample valve. Sufficient clearance shall be

maintained between instruments banks of adjacent sample points so that there is

no confusion in reading these instruments.

b) Ease of Maintenance

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 292

Sample conditioning, analyzer, panels shall be designed for ready access of

components. Panel design shall ensure that:-

i) Parts subject to wear, corrosion or other deteriorations or requiring

adjustments, inspection or repair are readily accessible and capable of

convenient removal, when required.

ii) Individual components or groups of components mounted on sub-panels

can be removed for replacement or repair without the need of prior

removal of components of other healthy streams.

iii) Flow meters, pressure gauges and temperature indicators can be removed

for repair or replacement from the front of the panel without disturbing any

piping.

iv) Filter elements and pressure reducing elements can be easily disassembled

for periodic cleaning.

The general arrangement drawings of panels as well as location and spacing of all

instruments and equipment shall be subject to Owner approval. SWAS panels shall

be designed based on human engineering considerations fully keeping in view the

convenience of operation and maintenance personnel.

Each sample inlet shall be provided with bulkhead type tubing connection and an

isolation valve or block valve suitable for sample operating conditions.

A blowdown connection and suitable blow down valve shall be furnished upstream

of each isolating valve. Blow down valves shall be manifolded into a suitable blow

down header.

Strainers, filters, relief valves etc. shall be provided as specified and as required to

properly protect the coolers, valves, analyzer elements etc.

All drains shall be piped into two separate drain headers. One header shall be

called "Waste Drain Header" and will receive all drains which contain substances

not wanted in the plant heat cycle water. The other header shall be called

"recoverable drain header" and will receive all other drains not containing

unwanted substances. All drains shall be headered as indicated above. Vendor

shall pipe the waste drain header to the building drain system.

c) Constructional Features

The SWAS panel (wet panel) shall be constructed of 3 mm thick steel plates

except for the extreme top of the Sample Table and Analyzer Panel (Dry Panel)

and doors, which shall be of 2 mm sheet steel. The counter top, sample sink and

front section above the counter top shall be 2.5 mm type 316 stainless steel.

The sample table shall be of free standing, totally enclosed panel whereas the Dry

Panel shall be of free standing, totally enclosed construction with back doors.

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 293

General constructional features described in chapter -6, Vol V of this specification

shall apply.

All SWAS panels shall be furnished with 100 mm base angle for bolting to 100 mm

high concrete curb. The foundation details shall be as approved by the Owner

during detailed engineering.

Panel sections shall be reinforced to ensure true surfaces and adequate support

for instruments and equipment. All equipment and piping shall be firmly anchored

and supported from within the respective panel section to ensure vibration free

operation.

Doors and equipment arrangement shall be such that all items are readily

accessible for maintenance and repair. The arrangement and spacing of the

equipment shall be acceptable to the Owner.

Doors shall have concealed type hinges and three point type latches to assure

tight closing. Doors shall have turned back edges and additional bracing where

required to assure rigidity.

The SWAS panels and equipment shall be suitably braced to prevent damage

during shipping and handling. These additional supports shall be removed after

final installation.

Exterior joints shall be continuous seam welded and ground smooth. Interior joints

shall be neatly finished in a manner so as to eliminate hazards to personnel.

All surfaces shall be free from waves, bellies, or other imperfections. All stainless

steel surfaces shall have uniform finish. All exterior steel surfaces shall be sand

blasted, ground smooth, filled, primed, sanded and finished with a smooth backed

enamel. The final color shall be as specified in chapter 6.

d) Two teak wood laminated work tables 1x2 meters, Five nos. industrial grade high

adjustable wheeled swivel chairs, two vertical cabinets 1000 x 480 x 2000 mm

made of sheet steel (18 gauge sheet thickness) and equipped with safety locks,

one shelf 200 x 500 x 200 mm with partitions made of steel, Operating work

station table & printer table shall also be provided by bidder. Thickness of steel

almirah/cabinet sheet shall be 18 gauges. All items shall be placed in SWAS air

conditioned room.

e) SWAS panels shall be placed in separate SWAS room, SWAS room shall be divided

in two part i.e one part shall be air conditioned for SWAS dry panel & Chemist and

other part non air conditioned for wet pael & chiller unit. Necessary exhaust fans

with louvers shall be provided by bidder in SWAS wet panel room.

5.04.00 Piping, Tubing and Accessories

a) All internal piping, tubing and system components required for making the system

complete shall be shop installed and tested as per applicable codes, prior to

shipment to project site.

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 294

b) All tubing and wiring shall be located behind the face of the panel with projections

allowed only for indicator faces, valve handles, manual grab sample lines etc. The

physical arrangement of the tubing and wiring shall, in all cases, be so as to

permit easy access for maintenance of all items of equipments.

c) All piping and tubing materials, fabrication, erection and application of piping

materials shall be in accordance with the latest applicable requirements of the

code for pressure piping (ANSI B 31.1,B36.19) and all other applicable

regulations.

d) Unless otherwise specified, fittings used with pipe 50 mm and smaller shall be

socket welding type, and fittings used with larger pipe shall be butt-welding type.

All fittings shall be constructed of materials equivalent to the pipe with which they

are used.

e) All piping and tubing shall be neatly installed and securely braced to ensure

adequate mechanical rigidity. Routing and support of tubing shall be such that

expansion and contraction of tubing or equipment mounted in the sample table do

not impose any excessive stress on the tubing.

f) Special tools shall be used for all bending and forming operations. Bends in tubing

shall be based on the requirements of the Code for Pressure Piping (ANSI B 31.1),

concerning tube thinning at the bends. Tubing shall be carefully handled to avoid

flat spots, kinks and short bends. Any tubing so damaged shall not be used in this

sample table.

g) All piping and tubing shall be blown with oil free compressed air after installation

and before attachment to equipment at either end.

h) All piping and tubing terminal connections shall be suitably capped after

completion of installation and tests to prevent entry of foreign materials during

transit, storage etc.

i) All piping and tubing shall be installed so as to ensure easy accessibility for any

maintenance or repair that may be required. High density tubing runs shall not

interfere with accessibility to any system component and shall not impair system

function.

j) All sample piping shall be One inch NB seamless type of material ASTM A213

TP316H, conforming to ANSI 36.19. For exceptional cases like sea water services,

material shall be super deluxe SS.

k) All fitting shall be socket welding type and of material ASTMA 182 F316H

conforming to ANSI B16.11. For exceptional cases like sea water services,

material shall be super deluxe SS.

l) All process connection, piping, valves etc. of SWAS analysers shall be conform to

ANSI/ISA SP 77.70 – 1994 (R 2005) “Fossil Fuel Power Plant Instrument piping Installation”, ANSI B 31.1 “Power Piping”, PTC 19.11.1997 & IBR.

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 295

5.05.00 Material Specifications for Pipe Lines

The piping to be furnished and installed for water and steam analysis system and for BOP

packages shall be as indicated below:-

Sr. No. Piping System Material

a) Piping from the sample inlet bulk-

head fittings to the shut-off valve

for low pressure samples

Stainless Steel, ASTM A-213

Type 316H, ¼” OD 16 SWG seamless tubing.

b) Piping from the sample inlet bulk-

head fittings to the pressure

reducing valves for high pressure

samples and sample blowdown

piping

Stainless Steel, ASTM A-213

Type 316H, ½” OD 14 SWG seamless tubing.

c) Blowdown header Stainless Steel, ASTM A-312

Type 316, 2” NB, Sch. 160 minimum, pipe header

flanged to ANSI B 16.5, class

3000 # R/F SS 316 flange.

d) Miscellaneous drains receiver

header

Stainless Steel, ASTM A-312

Type 316, 2”NB,Sch 40, pipe header flanged to ANSI B

16.5, class 150 # R/F SS 316

flange.

e) Piping from the shut-off valves for

low pressure samples and from the

pressure reducing valves for high

pressure samples to the terminal

points including branch piping

Stainless Steel, ASTM A-213

Type 316H,1/4” OD 16 SWG seamless tubing

f) Closed cooling & chilled water

piping header

Stainless Steel, ASTM A-312

Type 316, 2”NB, Sch. 40 minimum, pipe header

flanged to ANSI B 16.5, class

150 # R/F SS 316 flange.

g) Sample through drain piping and

waste header piping header.

Carbon Steel, ASTM A- 106

Gr. B, 2”NB, Sch. 40 minimum, pipe header

flanged to ANSI B 16.5, class

300 # R/F SS 316 flange.

h) Sample impulse piping from field

up to SWAS wet panels

SS316H, 1“ NB size.

i) The closed cooling & chilled water

piping.

Stainless Steel, ASTM A-312

Type 316, 3/4” OD 16 SWG seamless tubing.

j) Purge air piping/tubing and filing

valves

Brass/copper

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 296

Sr. No. Piping System Material

k) For water analysers – material of

pipes, tubes & erection hardware

SS316/Super duplex SS

depending upon application.

l) Sea water services Super Duplex SS

5.06.00 Valves and Fittings

The requirements of the important valves are specified as under :

The sample shut off valves, blow down valves and pressure reducing valves shall have

stellite spindle tip and shall be suitable for an operating pressure of 400 bars and an

operating temperature of 400 C.

The back pressure regulating valve shall be globe type and shall be suitable for a

pressure range of 0-50 psi. The back pressure regulating valve shall consist of a range

spring and a diaphragm assembly. The back pressure of the regulating valve is adjusted

to the required set point by the range spring. In case of any excess pressure the

diaphragm shall be lifted to release the excess pressure to maintain back pressure equal

to the set value. Stainless steel SS316 trim with liner flow characteristics shall be

provided bidder shall submit the data sheet of these valves and these shall be subject to

Owners approval during detailed engineering stage.

All valves & fittings shall be furnished as required. All other valves and fittings required

for making the system complete as per the intent of this specification shall also be

furnished by the Bidder. The make, model and technical features of all valves furnished

by the Bidder shall be subject to Owner's approval.

All fitting shall be socket welding type and of material ASTMA 182 F316H conforming to

ANSI B16.11.

5.07.00 Wiring

All control and instrumentation wiring used within the SWAS panel sections shall conform

to NEC and NEMA standards. All measurement and control circuits shall be factory wired

and tested by energizing at operating voltage.

Sensor cables or cables from wet panel / field shall not be terminated directly to

analyser/transmitters in dry panel. Sensor cables shall be terminated to terminal blocks

in dry panel.

All electric connections shall be made between devices within the SWAS panel sections

and shall be made to suitable terminal blocks, if devices are to be connected to

equipment outside the SWAS panel.

All electrical connections shall enter and leave through the top or bottom of the panels as

indicated during detailed engineering.

High impedance circuits shall be connected using shielded or co-axial wire suitable for the

service. Terminals shall be furnished for termination of shield.

UPPUR 2X800 MW SWAS

NORTH CHENNAI 1X800 MW SWASUPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 297

Wiring in the sampling section shall be routed in covered metallic trays located as distant

as is practicable from sampling lines and drains with due care taken to isolate electric

wiring, termination etc. from liquid areas.

5.08.00 POWER SUPPLY

Power supply to all instruments and control systems shall be separately fused with MCB

and it should be possible to disconnect any instrument without interrupting power

supply to any other equipment/device.

UPS shall provide power supply to the complete SWAS system. Redundant UPS feeders

shall be provided by bidder with auto changeover facility for complete SWAS system.

5.09.00 LIGHTING AND RECEPTACLES

Sample table and analyzer section shall be provided with rapid start, low noise,

fluorescent strip fixtures installed in a continuous row along the top of each section. The

panel shall have a ceiling mounted LED lamps for illumination. Light switches shall be

provided within the panel sections at suitable locations.

Universal type Three receptacles shall be provided on the front of the sample table below

the work surface. These will be equally spaced. Two more receptacles shall be provided

inside the sample table and one receptacle shall be installed inside the dry panel.

Wiring for lighting and receptacles shall be run in flexible metallic conduits.

5.10.00 GROUNDING

One earthing terminal with accessories shall be provided at each end of strip for

connecting copper earthing strip of 50 x 6 mm size.

5.11.00 Technical Specifications of Conductivity Analyser

a) Applicable standard ASME PTC 19.11-1970 except as

modified in this specification.

b) Type:

i) Cell Continuous Flow through type/ removable type

(withdraw able with sealing valve)

ii) Monitors Electronic (Microprocessor based) indicating type with

multi range facility (Single Channel).

c) Material :

i) Cell Epoxy resin/SS316

ii) Electrode Platinised/SS316

iii) Monitors body Carbon steel/Aluminum/Polycarbonate

d) Monitor output i) 4-20 mA D.C. with HART protocol spare

out put

ii) 4-20mA DC with HART protocol for

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

All analysers

shall have Digital

communication

facility like RS

485 / HART/

Modbus/

Profibus.

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 298

DDCMIS

Output load : 500Ω

e) Power supply 240V, AC, 50 Hz from UPS

f) Accuracy < + 1% of full scale span

g) Stability + 1% of full scale per month

non-cumulative

h) Repeatability + 0.3% of span

i) Response time < 5 seconds

(90% of full scale)

j) Annunciation contacts from monitors

i) Number 2SPDT

ii) Type Snap action micro switch

iii) Rating 5 amp, 240 V, 0.2 Amp, 220V DC

k) Connection:

i) Cell On line/pipe mounted

(ON LINE in sample table)

1/4 (Quarter) inch NPT (F) SCRD for

on-line type and Three quarter (3/4) inch NPT (M)

SCRD for pipe mounted.

ii) Monitors flush panel mounting

l) Electrical Half (1/2) inch NPT (F) SCRD / Plug in Type.

m) Accessories i) Automatic temperature compensation in the

range 0-100 degC

ii) Ammonia (NH3) removal equipment.

iii) Sample coolers

iv) Flow and pressure regulators

v) SS316 impulse tubing and fittings

vi) Isolation & drain valves as required

vii) Other accessories as required

viii) Adequate length of cables for connecting coils

to monitors

ix) Sample rate set valves

x) Alarm settings and Alarm indications on

monitor.

xi) Auto Calibration, Comprehensive

diagnostic and alarm features.

n) Other particulars Cell shall be suitable for maximum pressure of 7

kg/cm2 and maximum temp. of 100degC

For Hotwell conductivity (specific & cation)

measurement, the bidder shall provide direct

insertion/withdrawal type conductivity cell, whereas

for all other samples it shall be continuous flow

through type. Monitors for Hotwell conductivity

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

Note: For cation

conductivity measurement -

cation column

resin should change its

colour indicating

depletion of its capacity

and shall be regenerative

type resin and not

replaceable type. Column

caps

shall be SS316. This shall

be complied for cation

conductivity.

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 299

(specific and cation) shall be mounted in air

conditioned room. Dual cation exchange column shall

be provided for cation conductivity.

5.11.01 CONDUCTIVITY COMPARATOR

Applicable Standard : ASME PTC 19-11-1970 except as

modified this specification

Type of cells : Continuous Flow through type / removable type with

draw able with sealing valve)

Transmitter : Electronic (Micro processor based) indicating type

with multi range facility pipe mounted. (Single

Channel).

Material of Cell body : SS316

Material of cell Electrode : Platinised/SS316

Output : 4 to 20mA DC isolated with HART output

Power Supply : 240V AC, 50 Hz. From UPS

Accuracy : +/-1% of full scale span.

Stability : +1% of full scale per month non-cumulative

Repeatability : +/-1% of span

Protection class : IP - 65

Process connection : ¼ inch NPT (F) / SCRD for on line type.

¾ inch NPT (M) SCRD for pipe mounted

Electrical connection : ½ inch NPT (F) SCRD/Plug in type.

Accessories : Automatic temp. Compensation in the range of 0-

100 Deg.C

5.12.00 Technical Specification of pH Cell and Transmitters

a) Applicable Standard pH electrodes shall conform to IS:

6804-1972 except as modified in this specification

b) Type:

i) Cell Measuring and Reference Electrode

Combination with Flow through type

(SS316/Polypropylene flow chambers) for power

plant’s steam & water application. Sensor shall not be

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

Not Required.

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 300

affected by flow variation. Sensor shall be designed

for power plant applications.

ii) Monitors Electronic (microprocessor based)

indicating type with adjustable range facility.

c) Material:

i) Measuring & reference Toughened sensitive

ii) Electrode pH glass

iii) Monitor body Carbon steel/Aluminum/Polycarbonate

d) Monitor output i) 4-20 mAmp D.C. with HART protocol spare

out put

ii) 4-20mA DC with HART protocol for

DDCMIS

Output load : 500Ω

e) Power supply 240V AC, 50 Hz from UPS

f) Accuracy/repeatability + 0.01 pH/+0.02PH

g) Resolution + 0.01 pH or 1 mV. 1C

h) Stability 0.02 pH per week

i) Response time < 5 seconds

(90% of full scale)

j) Annunciation contacts from monitors:

i) Number 2 SPDT 'Hi' and 'Lo'

ii) Type Snap action micro switch

iii) Rating 5 amp, 240V AC, 0.2 Amp, 220V DC

k) Connection:

i) Process One-quarter (1/4)inch NPT(F) SCRD

ON-LINE

ii) Electrical Half (1/2) inch NPT(F) SCRD/Plug in type.

l) Mounting:

i) Cell Pipe Mounted

ii) Monitors Flush panel mounting

m) Accessories i) Automatic temperature

compensation with fast response integral

temperature sensors in the range 0-100degC

ii) Co-axial cable as required

iii) Sample coolers

iv) low and pressure regulators

v) Standard pH solutions

vi) SS316 impulse tubing and fittings

vii) Isolation & drain valves as required

viii) Electrode holders

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 301

ix) Other accessories as required

x) Sample rate set valves

xi) Alarm settings and indications on monitor.

xii) RFI/EMI shielded, weather and corrosion proof

casing

xiii) Auto Calibration, Comprehensive

diagnostic and alarm features.

5.13.00 Technical Specification of Dissolved Oxygen Analyser

a) Applicable Standards ASTM PTC 19.11-1970 except as

modified in this specification

b) Type Microprocessor based continuous flow through type

Electro-chemical

c) Material Die-cast aluminum/SS/Polycarbonate

d) Output i) 4-20 mAmp DC spare output

ii) 4-20 m Amp, DC Isolated output for DCS.

e) Supply 240V AC, 50 Hz from UPS

f) Accuracy < + 5 % of reading

g) Response:

i) Sensitivity + Two (2) per cent overall

ii) Time (sensor) < 30 seconds for 90% step change.

h) Connection:

i) Process One quarter (1/4) inch NPT(F)

SCRD

ii) Electrical Half (1/2) inch NPT (F) SCRD/Plug in type.

i) Accessories i) Sample cooler assembly with

shut off valve at cooling water inlet, with

thermometer and reducing valve at sample

outlet.

ii) Flow stabilizer

iii) Automatic temperature

compensation

iv) Other accessories as required

v) Calibration device.

vi) Auto Calibration, Comprehensive

diagnostic and alarm features.

j) Ranges As per sample stream detail table

k) Mounting Flush

l) Annunciation contacts:

i) Number 2 SPDT

ii) Type Snap action microswitch

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 302

iii) Rating 5 Amp 240V AC, 0.2 amp 220V DC

5.14.00 Technical Specification of Silica Analyzer (SI OX)

a) Applicable standard ASME PTC 19.11-197 except as

modified in this specification

b) Type In Built Multi Channel ( max of each Three channel

with one channel spare).

Colourimetric Analyzer (with auto reagent shut off

feature in case of sample loss or power loss) built in

phosphate inhibition feature. Microprocessor

continuous based.

c) Material:

i) Case Die cast aluminum

d) Cycle/Response Time < Fifteen (15) minutes including sample switching.

(90% of full scale)

e) Analyser output i) 4 to 20 m Amp DC for spare output

(per stream) ii) 4 to 20 m Amp DC Isolated

output for DDCMIS/DCS/PLC

f) Display LCD display for each stream simultaneously.

g) Power supply 240V AC, 50 Hz from UPS

h) Accuracy < + 2% of reading.

i) Repeatability + 2% of full scale

j) Sensitivity 0.2 micrograms/liter

k) Connection:

i) Process Quarter (1/4) inch NPT(F) SCRD

ii) Electrical Half (1/2) inch NPT (F) SCRD/Plug in type.

l) Ranges As per sample stream detail table

m) Mounting Flush

n) Annunciation contacts:

i) Number 2 SPDT

ii) Type Snap action micro switch

iii) Rating 5 amp 240V AC 0.2 Amp 220V DC

o) Accessories i) Automatic temperature compensation

between 5 to 50 deg C

ii) Automatic zeroing provision

iii) SS316 tubing & vessels

iv) All chemical reagents for 12 months operation

of the analyzer

v) Sample rate set values

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volume- V: Instrumentation & Control Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 303

vi) Time stamping for each stream, Auto

Calibration, Comprehensive diagnostic and

alarm features.

vii) Auto sampling facility with necessary valves &

solenoid valves in the sample lines shall be

provided.

viii) Sample shut off solenoid valve shall be

provided.

5.15.00 Technical Specification of Hydrazine Analyzer

i) Type Microprocessor based continuous Electrochemical

ii) Case material Die-cast aluminum/SS/Polycarbonate

iii) Analyzer output i) 4-20 mA DC for spare output

ii) 4-20 mA DC isolated output

for DDCMIS

iv) Power supply 240V AC, 50 Hz from UPS

v) Accuracy < + 5% of full scale

vi) Response Time < 4 minutes.

(90% of full scale)

vii) Sensitivity 1.0 microgram/liter

viii) Annunciation contacts:

- Number 2 SPDT

- Type Snap action micro switch

- Rating 5A 240V AC, 0.2 A, 220V DC

- Mounting Flush mounting

ix) Accessories i) Flow regulator

ii) Flow gauges

iii) Other accessories as required

iv) Sample rate set valves

v) Chemical reagents as applicable for 12 months

consumption

vi) Auto Calibration, Comprehensive

diagnostic and alarm features.

vii) Sample shut off solenoid valve to be

provided.

5.16.00 Technical Specification of Sodium Ion Analyzer

i) Type Microprocessor based Continuous flow

through sample type with sodium responsive

electrode and reference electrode having pH

adjustment facility (Max 3 streams per analyser with

1 spare stream)

ii) Case material Die-cast aluminum/SS/Polycarbonate

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

DESEIN Volum e- V: Inst rum entat ion & Cont rol Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 304

iii) Analyzer power supply 240V AC, 50 Hz from UPS

iv) Analyzer output i) 4-20 m A DC for spare output

(For each st ream separate) ii) 4-20 m A DC isolated output for DDCMIS

v) Display LCD display for each st ream sim ultaneously.

vi) Accuracy Bet ter than + 5% of full scale

vii) Response Tim e 4 m inutes. Max

(90% of full scale)

viii) Sensit iv it y 0.1 ppb

ix) Annunciat ion contacts:

- Num ber 2 SPDT

- Type Snap act ion m icroswitch

- Rat ing 5A 240V AC, 0.2A, 220V DC

- Mount ing Flush

x) Term inal points All com ponents piped & wired to

term inal points

xi) Accessories i) Flow regulator

ii) Flow gauges

iii) Sam ple rate set valves

iv) Other accessories as required to m ake the

system com plete

v) Chem ical reagents as applicable for 12 m onths

consum pt ion

vi) Tem p Sensor for Autom at ic tem perature

com pensat ion

vii) Tim e stam ping for each st ream , Auto

Calibrat ion, Com prehensive

diagnost ic and alarm features.

5.17.00 Technical Specification of Phosphate Analyzer

i) Type Microprocessor based cont inuous

with colourim et ric detect ion system (Max 3 st ream s

with 1 st ream spare)

ii) Case m aterial Die-cast alum inum / SS/ Polycarbonate

iii) Analyzer power supply 240V AC, 50 Hz from UPS

iv) Analyzer output i) 4-20 m A DC for spare output

(For each st ream separate) ii) 4-20 m A DC isolated output for DDCMIS

v) Display LCD display for each st ream sim ultaneously.

vi) Accuracy Bet ter than + 5% of reading.

vii) Sensit iv it y Bet ter than 1 ppm

viii) Response Tim e 16 m inutes m axim um

(90% of full scale)

ix) Annunciat ion contacts:

- Num ber 2 SPDT

- Type Snap act ion m icro switch

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

Not Applicable.

DESEIN Volum e- V: Inst rum entat ion & Cont rol Works

SWAS

2 x 800 MW Supercritical Coal Based Uppur Thermal Power Project

Spec. No. SE/E/T&H(P)/OT NO.01/2015-16 Vol. V

Page - 305

- Rat ing 5A 240V AC, 0.2A, 220V DC

- Mount ing Flush

x) Term inal points All com ponents piped & wired to term inal points

xi) Accessories i) Flow regulator

ii) Flow gauges

iii) Sam ple rate set valves

iv) Other accessories as required to m ake the

system com plete

v) Chem ical reagents as applicable for 12 m onths

consum pt ion

vi) Tim e stam ping for each st ream , Auto

Calibrat ion, Com prehensive

diagnost ic and alarm features.

Tem perature com pensat ion autom at ic

5.18.00 Technical Specification of Chloride Analyzer

i) Type Microprocessor based Cont inuous flow

through sam ple type with Chloride & Sulphate

Responsive Elect rodes.

ii) Analyzer power supply 240V AC, 50 Hz, Single Phase from UPS

iii) Analyzer output i) 4-20 m A, DC spare output

ii) 4-20 m A, DC isolated output for DDCMIS

iv) Accuracy Bet ter than + 5 % of full scale

v) Sensit iv it y Bet ter than 1 ppm

vi) Range As per Requirem ents.

vii) Annunciat ion contacts:

- Num ber As per schedule, 2 SPDT

- Type Snap act ion m icro switch

- Rat ing 5A, 240V AC, 0.2A, 220V DC

- Mount ing Flush

viii) Term inal points All com ponents piped & wired to term inal points

ix) Accessories i) Flow regulator

ii) Flow gauges

iii) Sam ple rate set valves

iv) Other accessories as required to m ake the

system com plete

v) Auto Calibrat ion, Com prehensive

diagnost ic and alarm features.

Tem perature com pensat ion autom at ic

5.19.00 Technical Specification of Chlorine Analyzer

UPPUR 2X800 MW SWAS

UPPUR 2X800 MW SWAS

Telangana State Power Generation Corporation Ltd. 1x800 MW Kothagudem TPS REF:- UPPUR/416/SWAS/TR 8.00.00 DRAWINGS AND DOCUMENTS Bidder shall furnish following drawings and documents after award of contract: a) Final version of all the drawing and document furnished along with bid b) Drawing and document submission schedule c) Power supply scheme d) Interconnection and wiring diagram. e) Spare part list f) Consumable list g) QAP h) Inspection and Test report i) Training details j) O&M Manual k) Any other scheme, data, drawing, document, etc required to establish product quality and completeness of supply

NOTE: - Vendors need to offer all components/accessories required to meet the intent of the

specification. If it is found, at any stage of procurement /commissioning, that some

components./accessories have not been offered/supplied, same shall be supplied without any

cost/time implication to BHEL to meet the system / product requirement.

Important Note: Mandatory Spares shall be sent in pre-decided lots in containers /

secure boxes distinctly marked in Red colour with boldly written "S" mark on each

face of the containers /secure boxes.

SECTION - E

15NB SS316H, 16 SWG

15NB SS316H, 16 SWG

15NB SS316H, 16 SWG

MULTI

STREAM

CHLORIDE

ANALYSER

MULTI

STREAM

CHLORIDE

ANALYSER

15NB SS316H, 16 SWG

15NB SS316H, 16 SWG

Electronics Division, BHEL-Bangalore.

CHECK LIST FOR STAINLESS STEEL COMPRESSION FITTINGSNUMBER :CE/416/SSF/CL REVISION : 00 DATE : 21-07-15CONTRACTOR : M/s BHEL-EDN

SL TESTS/CHECKS QUANTUM REFERENCE DOC. AGENCY** REMARKSNO. OF ACCEPTANCE NORMS.

CHECK M C N D*1 DIMENSIONS REFER P V V

NOTE : 1

2 MATERIAL SAMPLE/ APPROVED SPECS./ P V V2.1 CHEMICAL HEAT / DATA SHEETS P V V2.2 PHYSICAL, HARDWARE LOT

3 PROOF PRESSURE TEST 5 RDM. P V VSAMPLE

4 DISMANTLING 3 RDM. MANUFACTURER'S P V VRE-ASSEMBLY TEST SAMPLE STANDARD

5 HYDRAULIC IMPULES & 5 RDM. P V VVIBRATION TEST SAMPLE

LEGEND :* RECORDS, IDENTIFIED WITH ' ' SHALL BE ESSENTIALLY INCLUDED BY CONTRACTOR IN QA DOCUMENTATION.

** M: MANUFACTURER/SUB CONTRACTOR, C:CONTRACTOR/NOMINATED INSP.AGENCY N: CUSTOMER "P" PERFORM "W" WITNESS "V" VERIFICATION

NOTE :1) QUANTUM OF CHECK SHALL BE AS BELOW :100 % - BY MANUFACTURER. 100% - BY MANUFACTURER

2) MANUFACTURER TO MAINTAIN CALIBRATED INSTRUMENT HAVING BETTER ACCURACY THAN THE ITEM UNDER TEST. INSPECTING ENGINEER SHALL CHECK THE SAME.

PREPARED BYM/S BHEL

NIL NIL

-BY M/s BHEL CUSTOMER

SECTION F

Electronics Division, BHEL-Bangalore.

CHECK LIST FOR IMPULSE PIPES AND TUBESNUMBER : CE/416/SP/CL REVISION : 00 DATE : 21-07-15 CONTRACTOR : M/S BHEL-EDN

SL TESTS/CHECKS QUANTUM REFERENCE DOC. AGENCY** REMARKSNO. OF ACCEPTANCE NORMS.

CHECK M C N D*1 CHEEH FOR DIMENSION,

GRADE, SURFACE-DEFECTS

SEE NOTE:

BELOW

APPROVED DATA SHEET AND CORES SPONDING ASTM STDSFOR GRADE OF MATERIAL

P V V

2 CHEMICAL PROPERTIES AND PHY. PROPERTIES AS PER RELEVANT ASTM. (GRADE SHALL BE AS PER APPROVED DATA SHEET)

FOR LOT

P V V

3 FLATTENING TEST. DO P V V

4 FLARING TEST ## P V V

5 BENDING TEST. ** P V V

6 HYDRAULIC TEST OR EDDY CURRENT TEST

P V V

7 HARDNESS CHECK ## P V V

LEGEND :* RECORDS, IDENTIFIED WITH ' ' SHALL BE ESSENTIALLY INCLUDED BY CONTRACTOR IN QA DOCUMENTATION.

** M: MANUFACTURER/SUB CONTRACTOR, C:CONTRACTOR/NOMINATED INSP.AGENCY N: CUSTOMER "P" PERFORM "W" WITNESS "V" VERIFICATION

NOTE : 1) QUANTUM OF CHECK SHALL BE AS BELOW : 100 % - BY MANUFACTURER.100% - BY MANUFACTURER.

NIL -BY M/S BHELNIL - BY CUSTOMER

2) MANUFACTURER TO MAINTAIN CALIBRATED INSTRUMENT HAVING BETTER ACCURACYTHAN THE ITEM UNDER TEST. INSPECTING ENGINEER SHALL CHECK THE SAME.

3) ## APPLICABLE FOR TUBES ONLY4) ** APPLICABLE FOR CS PIPES ONLY.

PREPARED BYM/S BHEL

Page No. 1 of 1

MANUFACTURER TO PROVIDE TEST CERT. AS PER RELEVANT ASTM STDS. MENTIONED IN SPECS.

5) WHEN MATERIAL CORRELATION IS NOT POSSIBLE , MATERIAL SAMPLES ARE TO BE TESTEDAT THIRD PARTY LAB & TEST CERTIFICATES ARE TO BE SUBMITTED FOR NTPC REVIEW - CHP

Electronics Division, BHEL-Bangalore.

CHECK LIST FOR FLOW SWITCHNUMBER : CE/416/FS/CL REVISION : 00 DATE : 21-07-15CONTRACTOR : M/s BHEL-EDN

SL TESTS/CHECKS QUANTUM REFERENCE DOC. AGENCY** REMARKSNO. OF ACCEPTANCE NORMS.

CHECK M C N D*1.0 TYPE , MODEL , P V V

SL . NO . TAG NO. ,RANGE.

IN CASE OF2.0 SIZE , DIMENSIONS REFER P V V IMPORTED

NOTE : 1 AS PER APPROVED ITEMS, CONTR.3.0 REPEATABILITY BELOW DATA SHEETS P V V SHALL REVIEW

TC's & NOTINSPECT.

4.0 HV / IR 100% P V V|

5.0 CONTACT RATNG / RANDOM P V VNO. OF CONTACTS

6.0 MATL. T.C. FOR ONE/LOT P V VBODY, WET PARTS.

7.0 ACCESSORIES AS 100% P V VAPPLICABLE

LEGEND :* RECORDS, IDENTIFIED WITH ' ' SHALL BE ESSENTIALLY INCLUDED BY CONTRACTOR IN QA DOCUMENTATION.

** M: MANUFACTURER/SUB CONTRACTOR, C:CONTRACTOR/NOMINATED INSP.AGENCY N: CUSTOMER "P" PERFORM "W" WITNESS "V" VERIFICATION

NOTE : 1) QUANTUM OF CHECK SHALL BE AS BELOW : 100 % - BY MANUFACTURER.

NIL NIL

- BY CONTRACTOR. -BY M/S CUSTOMER.

2) MANUFACTURER TO MAINTAIN CALIBRATED INSTRUMENT HAVING BETTER ACCURACY THAN THE ITEM UNDER TEST.

PREPAREDM/S BHEL

Page No. 1 of 1

Electronics Division, BHEL-Bangalore

CHECK LIST FOR TEMPERTURE SWITCHNUMBER : CE/416/TS/CL REVISION : 00 DATE : 21-07-15CONTRACTOR : M/s BHEL-EDN

SL TESTS/CHECKS QUANTUM REFERENCE DOC. AGENCY** REMARKSNO. OF ACCEPTANCE NORMS.

CHECK M C N D*1.0 TYPE, MODEL, P W V

SL. NO., TAG NO.,RANGE.

2.0 DIMENSIONS CHECK APPROVED SPECS./ P W V IN CASE OFREFER DATA SHEETS IMPORTED

NOTE : 1 ITEMS, CONTR.3.0 REPEATABILITY BELOW P W V SHALL REVIEW 4.0 SWITCHING TC's & NOT

DIFERENTIAL INSPECT.

5.0 CONTACT RATING / RANDOM P W VNO. OF CONTACTS

6.0 MATL. T.C. FOR ONE/LOT P V VBULB, CAPILLARY,ARMOUR

7.0 HV / IR RANDOM P W V

8.0 DEGREE OF TYPE P V VPROTECTION TEST

9.0 THERMOWELLS9.1 DIMENSIONS 100% P V V9.2 MATL. T.C. FOR ONE/LOT P V V

THERMOWELL9.3 HYD. TEST 100% P W V9.4 IBR CERT. IF P V V

APPLICABLE.

LEGEND :* RECORDS, IDENTIFIED WITH ' ' SHALL BE ESSENTIALLY INCLUDED BY CONTRACTOR IN QA DOCUMENTATION.

** M: MANUFACTUIRER/SUB CONTRACTOR, C:CONTRACTOR/NOMINATED INSP. AGENCY N: CUSTOMER "P" PERFORM "W" WITNESS "V" VERIFICATION

NOTE : 1) QUANTUM OF CHECK SHALL BE AS BELOW : 100 % - BY MANUFACTURER. NIL NIL

- BY CONTRACTOR. - BY M/s CUSTOMER.

2) MANUFACTURER TO MAINTAIN CALIBRATED INSTRUMENT HAVING BETTER ACCURACY THAN THE ITEM UNDER TEST. INSPECTING ENGINEER SHALL CHECK THE SAME.

PREPARED BY :M/S BHEL

Page No. 1 of 1

Electronics Division, BHEL-Bangalore.

Page No.1 of 2

CHECK LIST FOR TEMPERATURE GAUGE / PAGE 1 OF 2

NUMBER : CE/416/TG/CL REVISION : 00 DATE : 21-07-15

CONTRACTOR : M/s B H E L - EDN

SL TESTS/CHECKS QUANTUM REFERENCE DOC. AGENCY** REMARKS NO. OF ACCEPTANCE NORMS.

CHECK M C N D*

1.0 CHECK FOR APPROVED SPECS. / 1.1 DIAL SIZE APPROVED DATA P V V 1.2 MODEL NO/TAG NO SHEETS P V V 1.3 RANGE/SCALE P V V 1.4 END CONNECTION SEE P V V BY GO / NOGO 2.0 CALIBRATION NOTE-1 GAUGE 2.1 ACCURACY IN PAGE P V V 2.2 REPETABILITY 2 OF 2 P V V 2.3 HYSTERISIS P V V MFR TO 3.0 OVER TEMEPRATURE P V V CARRY OUT

TEST DO ROUTINE 4.0 AMBIENT TEMP. 1 OF P V V TEST ON

COMPENSATION TYPE 100 % CHECK

5.0 REVIEW OF T.C FOR FOR WHEN MAT'L MATERIALS OF- LOT CORELATION

5.1 SENSOR V V V ARE NOT 5.2 MOVEMENT V V V AVAILABLE 5.3 PROCESS CONNEC. V V V MFR'S 5.4 HOUSING V V V COMPLIANCE 6.0 REVIEW OF TC FOR TYPE V V V TO BE

DEGREE OF PROTEC. TEST PROVIDED 7.0 THERMOWELL 7.1 HYD TEST ON IBR CERT.

THERMOWELL P V V TO BE 7.2 MATERIAL T.C V V V PROVIDED IF

FOR THERMOWELL CALLED IN 7.3 DIMENSIONAL CHECK AS PER APPROVED V V SPECS.

DRAWING

LEGEND: * RECORDS,IDENTIFIED WITH ' ' SHALL BE ESSENTIALLY INCLUDED BY

CONTRACTOR IN QA DOCUMENTATION

** M:MANUFACTURER/SUB CONTRACTOR,C:CONTRACTOR/NOMINATED INSP.AGENCY. N:CUSTOMER "P" PERFORM "W" WITNESS "V" VERIFICATION

Electronics Division, BHEL-Bangalore.

Page No.2 of 2

CHECK LIST FOR TEMPERATURE GAUGE / PAGE 2 OF 2

NUMBER : CE/416/TG/CL REVISION : 00 DATE : 21-07-15

CONTRACTOR : M/s B H E L - EDN

---------------------------------------------------------------

NOTE : 1) QUANTUM OF CHECK SHALL BE AS BELOW : 100 % - BY MANUFACTURER. NIL - BY M/s BHEL. NIL - BY CUSTOMER

2) MANUFACTURER TO MAINTAIN CALIBRATED INSTRUMENT HAVING BETTER ACCURACY THAN THE ITEM UNDER TEST. INSPECTING ENGINEER SHALL CHECK THE SAME.

PREPARED BY : M/S BHEL

Electronics Division, BHEL-Bangalore.

Page No. 1 of 1

CHECK LIST FOR PRESSURE & DIFFERENTIAL PRESSURE SWITCH

NUMBER : CE/416/PS/CL REVISION : 00 DATE : 21-07-15

CONTRACTOR : M/s B H E L - EDN

SL TESTS/CHECKS QUANTUM REFERENCE DOC. AGENCY** REMARKS NO. OF ACCEPTANCE NORMS.

CHECK M C N D*

1.0 CHECK FOR APPROVED SPECS. / 1.1 MODEL NO. TAG NO. DATA SHEETS P V V 1.2 RANGE P V V 1.3 END CONNECTION P V V BY GO/ NO GO

GAUGE 2.0 REPEATABILITY SEE P V V 2.1 HYSTERISIS NOTE-1 P V V

DIFFERENTIAL BELOW 3.0 OVER PRESSURE P V V MFR. TO

AND LEAK TEST DO CARRY OUT 4.0 ELECTRICAL INSUL- ROUTINE

-ATION / H.V TEST TEST ON 5.0 REVIEW OF T.C FOR FOR V V V WHEN MAT'L

MATERIALS OF- LOT CORELATION 5.1 SENSOR V V V ARE NOT 5.2 MOVEMENT V V V AVAILABLE 5.3 HOUSING V V V MFR'S 6.0 TC OF MICRO SWIT- V V V COMPLIANCE

-CH TO BE 7.0 REVIEW OF T.C FOR TYPE V V V PROVIDED.

DEGREE OF PROTEC- TEST -TION.

LEGEND: * RECORDS,IDENTIFIED WITH ' ' SHALL BE ESSENTIALLY INCLUDED BY

CONTRACTOR IN QA DOCUMENTATION

** M:MANUFACTURER/SUB CONTRACTOR,C:CONTRACTOR/NOMINATED INSP.AGENCY. N:CUSTOMER "P" PERFORM "W" WITNESS "V" VERIFICATION

NOTE : 1) QUANTUM OF CHECK SHALL BE AS BELOW : 100 % - BY MANUFACTURER NIL - BY CONTRACTOR. NIL - BY M/s CUSTOMER

2) MANUFACTURER TO MAINTAIN CALIBRATED INSTRUMENT HAVING BETTER ACCURACY THAN THE ITEM UNDER TEST. INSPECTING ENGINEER SHALL CHECK THE SAME.

3) IN CASE OF IMPORTED PRESSURE SWITCHES DP SWITCHES BHELSHALL REVIEW TC AND SHALL NOT INSPECT.

PREPARED BY :

M/S BHEL

Electronics Division, BHEL-Bangalore.

Page No.1of1

CHECK LIST FOR PRESSURE GAUGE & DIFFERENTIAL PRESSURE GAUGE

NUMBER : CE/416/PG/CL REVISION : 00 DATE : 21-07-15

CONTRACTOR : M/S B H E L - EDN

SL TESTS/CHECKS QUANTUM REFERENCE DOC. AGENCY** REMARKS NO. OF ACCEPTANCE NORMS.

CHECK M C N D*

1.0 CHECK FOR APPROVED SPECS. / 1.1 DIAL SIZE DATA SHEETS P V V 1.2 MODEL NO/TAG NO P V V 1.3 RANGE/SCALE P V V 1.4 END CONNECTION SEE P V V 2.0 CALIBRATION NOTE-1 2.1 ACCURACY BELOW P V V 2.2 REPETABILITY P V V 2.3 HYSTERISIS P V V MFR TO 3.0 OVER PRESSURE P V V CARRY OUT

AND LEAK TEST DO ROUTINE 4.0 OPERATION OF PR. # ONE P V V TEST ON

RELIEF DEVICE. 100 % . 5.0 REVIEW OF T.C FOR FOR V V V WHEN MAT'L

MATERIALS OF- LOT CORELATION 5.1 SENSOR V V V ARE NOT 5.2 MOVEMENT V V V AVAILABLE 5.3 PROCESS CONNEC. V V V MFR'S 5.4 HOUSING V V V COMPLIANCE 6.0 REVIEW OF TC FOR TYPE V V V TO BE

DEGREE OF PROTEC. TEST PROVIDED 7.0 ACCESSORIES, AS SEE V V V

APPLICABLE NOTE-1

LEGEND: * RECORDS,IDENTIFIED WITH ' ' SHALL BE ESSENTIALLY INCLUDED BY

CONTRACTOR IN QA DOCUMENTATION

** M:MANUFACTURER/SUB CONTRACTOR,C:CONTRACTOR/NOMINATED INSP.AGENCY. N:CUSTOMER "P" PERFORM "W" WITNESS "V" VERIFICATION

NOTE : 1) QUANTUM OF CHECK SHALL BE AS BELOW : 100 % - BY MANUFACTURER. NIL - BY M/s BHEL. NIL - BY M/s CUSTOMER

2) MANUFACTURER TO MAINTAIN CALIBRATED INSTRUMENT HAVING BETTER ACCURACY THAN THE ITEM UNDER TEST. INSPECTING ENGINEER SHALL CHECK THE SAME.

3) # ONE FOR PR. GAUGE AND ONE FOR DP GAUGE.

PREPARED BY : M/S BHEL

REF. :UPPUR/416/SWAS/VL

REV. NO. : 00

A4 - 10 PAGE : 01 OF 02

PROJECT :- UPPUR 2X800 MW

CUSTOMER :- TANGEDCO

CONSULTANT :- TRACTEBEL

APPROVED VENDOR LIST

REVISIONS : APPROVED

( Punit P Singh )

PREPARED ISSUED DATE

PRK 416 02-06-2018

CO

PY

RIG

HT

AN

D C

ON

FID

EN

TIA

L

THE

INFO

RM

ATI

ON

ON

TH

IS D

OC

UM

EN

T IS

TH

E P

RO

PE

RTY

OF

BH

AR

AT

HE

AV

Y E

LEC

TRIC

AL

LIM

ITE

D.

IT M

US

T N

OT

BE

US

ED

DIR

EC

TLY

OR

IND

IRE

CTL

Y IN

AN

Y W

AY

DE

TRIM

EN

TAL

TO T

HE

INTE

RE

ST

OF

THE

C

OM

PA

NY

C O PC O PC O PC O PC O PC O P

SECTION G

P a g e 1 | 3

VENDOR LIST

FOR

SWAS

UPPUR/416/SWAS/VL REV.NO.: 00

SS TUBES AND PIPES: SUMITOMO CORPORATION,JAPAN. Subject to approval TPS TECHNITUBE ROHREN WERKE GMBH,DAUN,GERMANY Subject to approval

RATNAMANI METALS & TUBES LTD,AHMEDABAD Subject to approval

MAXIM TUBES COMPANY PVT LTD,AHMEDABAD Subject to approval

SURAJ STAINLESS LIMITED,AHMEDABAD Subject to approval MBM TUBES PVT LTD,CHATTRAL,GUJARAT Subject to approval TUBACEX PRAKASH INDIA PVT LTD,UMBERGAON ,GUJARAT Subject to approval

HEAVY METAL AND TUBES LTD,AHMEDABAD/MUMBAI Subject to approval

SHUBHLAXMI METALS AND TUBES PVT. LTD, MUMBAI Subject to approval

PRESSURE GAUGES:

A.N.INSTRUMENTS PVT LTD,CHENNAI Subject to approval GOA THERMOSTATIC INSTRUMENTS,GOA Subject to approval H.GURU INSTRUMENTS(SOUTH INDIA)PVT LTD,BANGALORE Subject to approval

MANOMETER (INDIA) PVT. LTD,MUMBAI Subject to approval FORBES MARSHALL(HYD) LTD,HYDERABAD Subject to approval WALCHANDNAGAR INDUSTRIES LTD,DHARWAD,KARNATAKA.

Subject to approval

PRECISION MASS PRODUCTS PVT. LTD,GANDHI NAGAR,GUJARAT.

Subject to approval

WIKA INSTRUMENTS INDIA PVT. LTD,PUNE Subject to approval THERMAL INSTRUMENT INDIA PVT. LTD,MUMBAI. Subject to approval GAUGES BOURDON (INDIA) PVT. LTD,MUMBAI. Subject to approval BAUMER TECHNOLOGIES INDIA LTD,MUMBAI/VAPI Subject to approval PRECIMEASURE CONTROLS PVT LTD, BANGALORE Subject to approval

TEMPERATURE GAUGES:

A.N.INSTRUMENTS PVT LTD,CHENNAI Subject to approval GAUGES BOURDON (INDIA) PVT. LTD,MUMBAI. Subject to approval GOA THERMOSTATIC INSTRUMENTS,GOA Subject to approval H.GURU INSTRUMENTS(SOUTH INDIA)PVT,BANGALORE

Subject to approval

FORBES MARSHALL(HYD) LTD, HYDERABAD Subject to approval

PRECISION MASS PRODUCTS PVT. LTD,GANDHI NAGAR

Subject to approval

WIKA INSTRUMENTS INDIA PVT. LTD,PUNE Subject to approval GOA INSTRUMENTS INDUSTRIES PRIVATE LTD,GOA.

Subject to approval

P a g e 2 | 3

VENDOR LIST

FOR

SWAS

UPPUR/416/SWAS/VL REV.NO.: 00

THERMAL INSTRUMENT INDIA PVT. LTD,MUMBAI. Subject to approval BAUMER TECHNOLOGIES INDIA LTD,MUMBAI/VAPI Subject to approval

PRESSURE SWITCH:

PRECISION MASS PRODUCTS PVT. LTD,GANDHI NAGAR,GUJARAT.

Subject to approval

INDFOS INDUSTRIES LTD CHENNAI Subject to approval SWITZER PROCESS INSTRUMENTS PVT. LTD,CHENNAI.

Subject to approval

TRAFAG CONTROLS INDIA PVT. LTD,GURGOAN,HARYANA.

Subject to approval

GAUGES BOURDON (INDIA) PVT. LTD,MUMBAI. Subject to approval

BAUMER TECHNOLOGIES INDIA LTD,MUMBAI/VAPI Subject to approval TEMPERATURE SWITCH:

INDFOS INDUSTRIES PRIVATE LTD, CHENNAI SWITZER PROCESS INSTRUMENTS PVT. LTD, CHENNAI. GAUGES BOURDON (INDIA) PVT. LTD, MUMBAI TERMINAL:

Wago Noida, Phoenix Noida, INSTRUMENT VALVES:

BHARAT HEAVY ELECTRICALS LIMITED VALVES DIVISION,TIRUCHIRAPALLI,TAMILANADU.

Subject to approval

PRECISION ENGG INDUSTRIES, MUMBAI Subject to approval EXCEL HYDRO-PNEUMATICS PVT LTD,MUMBAI Subject to approval METPRESS ENGINEERING WORKS,KOLKATA Subject to approval BALDOTA VALVE AND FITTINGS PVT LTD,MUMBAI Subject to approval PMT ENGINEERS,AHMEDABAD Subject to approval AURA INC,NEW DELHI Subject to approval HP VALVES & FITTINGS (INDIA) PVT. LTD,CHENNAI Subject to approval

FLUID CONTROLS PVT LTD,PUNE Subject to approval

FLOWTECH,KOLKATA. Subject to approval INSTRUMENTATION LIMITED,PALGHAT Subject to approval

COMPRESSION FITTINGS:

PRECISION ENGG INDUSTRIES, MUMBAI EXCEL HYDRO-PNEUMATICS PVT LTD, MUMBAI METPRESS ENGINEERING WORKS, KOLKATA ASTEC VALVE & FITTINGS PVT. LTD., MUMBAI FLUID CONTROLS PVT. LTD,PUNE PANAM ENGINEERS LTD,MUMBAI AURA INC, NEW DELHI

P a g e 3 | 3

VENDOR LIST

FOR

SWAS

UPPUR/416/SWAS/VL REV.NO.: 00

HP VALVES & FITTINGS (INDIA) PVT. LTD, CHENNAI PMT ENGINEERS,AHMEDABAD PRIME ENGINEERS,MUMBAI ARCELLOR CONTROLS ,AHMEDABAD ARYA CRAFTS & ENGINEERING PVT. LTD,MUMBAI SWAGELOCK,USA DYNA FLUID VALVES AND FLOW CONTROLS,UDYAMBAG,BELGAUM FLOWTECH. KOLKATA. PARKER HANNIFIN INDIA PVT. LTD.,CHENGAL PATTU,TAMILANADU

Annunciator:- PROCON CHENNAI ANALYSERS:

ROSEMOUNT ANALYTICAL INC, USA. (Subject to approval) ENDRESS + HAUSER INDIA PVT. LTD, MUMBAI. (Subject to Approval) HACH USA. (Subject to approval) ABB INDUSTRIES, SWITZERLAND. (Subject to Approval) THERMO ORION INC, CHELMSFORD, USA. (Subject to Approval) SWAN SWIZTERLAND. (Subject to approval) METTLER-TOLEDO INDIA PVT. LTD, MUMBAI (Subject to Approval) Note:- 1. Vendors to note that for major components of Sample Handling System, above indicated vendors only will be acceptable

PACKING INSTRUCTION FOR

SWAS ANALYSERS

Page 01 of 01

SECTION - "H"

- Analysers & Spares shall be packed project wise in lockable Metal Container suitable for outside storage at project sites. Typical requirements are as below:-

- Type: Standard Outdoor type MS container, fully closed.

- Dimension: Vendor to decide based on Qty of Analysers & Spares. General condition:

1) The container shall be suitable to store imported and sophisticated components in open environment at thermal power plants. It shall be leak proof.

2) Container shall be provided with proper glass wool thermal insulation at inside.

3) Wall thickness (all sides), reinforcement, supporting lugs, lifting lugs, etc., shall be suitable to store and transport the container with the permissible load as required.

4) Doors shall have suitable latches to lock the container with pad locks for safety purpose.

5) Interior and external surface shall be completely painted as per the standard practice and it shall be Suitable for sea-shore atmosphere.

6) Containers shall be provided with Tag Plates with Project Name.

Important Note: Mandatory Spares shall be sent in pre-decided lots in containers /

secure boxes distinctly marked in Red colour with boldly written "S" mark on each

face of the containers /secure boxes.

SECTION I

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 2 OF 28

2.2.8 Distance between any 2 binding planks shall be less than 750 mm. As shown in Fig-3, diagonal planks shall be used in between vertical binding planks when distance between inner to inner of vertical planks is more than 750 mm 2.2.9 Distance of the outer edges of these planks from the edge of case shall be less than 250 mm. 2.2.10 Diagonal planks are not required for top planks and width side also, if the width of pallet is less than 750 mm. 2.2.11 Jointing of planks: Single length planks shall be used for cubicles whose overall length is less than 2400 mm. For cubicles of length more than 2400 mm, jointing is permitted. The jointing shall be done with one single or maximum of 2 planks of wood same as other planks of width 250 mm (minimum) with two rows of nails on either side of the joint in zigzag manner. From the joint along height side it shall be of lap joint with over lap of at least the width of plank. 2.2.12 Tongue and Groove joints: Two Consecutive planks shall be joined by tongue and groove joint. Depth of tongue shall be 12+1 mm, thickness of tongue shall be 8 +1 mm. The groove dimensions shall be such that the tongue fits tightly into the groove to make a good joint. 2.3 PERMISSIBLE DEFECTS: - Wood shall be free from knots, bows, visible sign of infection and any kind of decay caused by insects, fungus, etc.

End splits: Longest end splits at ea ch end shall be measured and lengths added t ogether. The added length shall not exceed 6O m m per m eter run of sho ok’s. Wood pins shall be used to prevent further development of split.

Surface cracks: Surface cracks with a m aximum depth of 3 mm are permissible. A continuous crack of any depth all along the length is not allowed.

2.4 .0 CHEMICAL TREATMENTS FOR PRESERVATION OF WOOD:-

2.4.1 This treatment provides protection to the packing wood against deterioration due to fungi and attack by termites, borers and marine organism and any kind of infections.

2.4.2 The wooden p lanks, after making tongues / grooves shall be t reated with chemicals. For pine

wood, treatment with ASCU/ CCA solution need not be done. 2.4.3 Th e ch emical used shall be re ady mix ASCU paste. Thi s consi sts of Arsenic pen t oxi de,

copper sulphate sodium dichromate. This Paste shall be mixed at the rate of 1 kg of paste per 10 liters of water to the extent of water used. Alternate this CCA pa ste as men tioned at Para 2.4.5 can also be used.

2.4.4 The chemical treatment shall be done at the premises of the contractor. A cement concrete tank of capacity to hold a m inimum of 2000 l iters of solu tion shall be con structed. The solution

A4 - 14

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 3 OF 28

shall be prepared in the presence of BHEL- EDN’s Representative by contractor. The wooden planks sh all be soak ed in the solution for a m inimum of 12 hours. The solution shall be replenished aft er t reating a m aximum of 12 c ubic meters of wood. A l og b ook shall b e maintained by t he contractor to give the details of date of preparation of solution, quantity of solution prepared, quantity of chemicals used, Quantity of wood treated and the details of replenishment. Sam ples of sol utions b efore mixing will b e got tested at the laboratories designated by BHEL. The testing fees to be paid to the laboratories will have to be borne by the contractor. The paste shall be tested as and when required.

2.4.5 Specifications for water sol uble t ype wo od preservatives: Copper – Chromium – Arsenic

[CCA]:

Copper – Chromium – Arsenic preservative formulation shall be as p er IS : 1 0013 Part – I I – 1981 shal l consist of fol lowing act ive ingredients in nominal proportions by weight as sh own below:

Arsenic Pent oxide AS2O52H2O 12.5 Copper Sulphate CuSO45H2O 37.5 Sodium Dichromate Na2Cr2O75H2O 50.0 Or Potassium Dichromate K2Cr2O7

2.5 OTHER MATERIALS: 2.5.1 NAILS: Th e dia. of the nails sh all be 3.15 mm. The length of the nai ls shal l be 65 mm

wherever two planks of 25 mm thickness are joined and 75 mm wherever a 25 mm planks is joined to a 50 mm plank.

2.5.2 BLUE NAILS: These are used for n ailing bituminized Kraft paper/hessian clot h to the planks.

The length of the nails shall be 16 mm. 2.5.3 HOOP IRON STRIPS: These are used for st rapping the boxes. The width of the strips shall be

19+1 mm and thickness 0.6 +0.01 mm. The material shall be free from rust. 2.5.4 CLIPS: These shall be used for strapping the hoop iron strips on the boxes. 2.5.5 BRACKETS: These brackets are used for nai ling to the corners of cubicle boxes. The brackets

shall be of mild steel of thickness 2 +1 mm and width 25+1 m m. The brackets sh all be of “L" shape, the length of each side being 100+2 mm. Two holes shall be provided towards the end of each side for screwing /nailing.

A4 - 14

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 4 OF 28

2.5.6 FASTENERS: Bolts, double nuts, spring washers will have to be used for p acking of som e

special items like transformers, reactors, breakers, etc., to hold the job to the bottom plank of the box. The bolts, nuts, washers will be provided by BHEL. However , drilling of holes will have to be done using contractor's tools.

2.5.7 POLYETHYLENE SHEET: The polyethylene sheets are used to make covers to the jobs individually. The material shall have a thickness of 0.175 mm (175 microns). The polyethylene

sheet shall be clear and transparent. 2.5.8 BITUMINISED WATER PROOF KRAFT PAPER: This is used for lining the inside of shoots of cubicles. 2.5.9 BITUMEN COATED HESSIAN POLYETHYLENE KRAFT PAPER: This is used for lining

the inside of top planks of cubicles and for lining of all inner sides of boxes. 2.5.10 RUBBERISED COIR: The rubberized coir is used as cushioning material .For the packing

of loose items, items are to be arrested by using rubberized coir. For the packing of cubicles rubberized coir of thickness 25mm and width 75mm shall be used.

2.5.11 FOAM RUBBER / 'U' FOAM: This is used for covering the delicate items. This material is

normally provided by BHEL. 2.5.12 THERMOCOL (EXPANDED POLYSTYERENE) SHEETS): This is used for covering

delicate items. This material is normally provided by BHEL. 2.5.13 MARKING PLATE: This shall be of anodized aluminum sheet. Details and specifications are

given in Fig-5. 2.5.14 PACKING SLIP HOLDER: This shall be of galvanized iron /tinned 2.5.15 SILICA GEL: This shall be of indicating type. 2.5.16 COTTON BAGS: These are used for holding silica gel. The bags shall have the following

matter indicated them:

------------------------------------------------- BHEL-EDN, BANGALORE - 5 60 026 SILICA GEL INDICATING TYPE BLUE : ACTIVE ROSE : REDUCED ACTIVITY WHITE : NO ACTIVITY. TO BE REPLACED WITH FRESH SILICA GEL -----------------------------------------------------

A4 - 14

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 5 OF 28

2.5.17 COTTON/ PLASTIC TAPE: This is used for tying small items .And also to prevent vibrations

of moving parts within the cubicles. 2.5.18 MARKING INK: The ink used normally is black in color. In some special cases other color

also will have to be used. The ink shall be non-fading/indelible and non-washable by water. 2.5.19 POLYETHYLENE BAGS: These are to be used for keeping the, Packing slips. The bag shall

be of size 70 mm X 100 mm (minimum). 2.5.20 Hessian cloth, twine thread, paint will have to be used in packing certain items. 2.5.21 Mechanical Lat ching clam ps: For CLW Ra ilway pan els an d similar Panels self locki ng

clamps can also be used on need basis in conjunction with or apart from regular bolt and nut fixing arrangement. [Refer Draw ing Fig-7]. For reusable boxes, t hese cl amps pro vide easy locking and unlocking arrangement. These clamps will be made available from BHEL in some cases.

3. 0 PACKING SPECIFICATIONS: Different types of packing are used as follows: 1) Packing of cubicles with rubber wood. 2) Packing of cubicles with Silver Oak wood / Pine wood 3) Packing of empty cubicles with rubber wood. 4) Packing of loose items/spares with rubber wood. 5) Packing of loose items /spares with Silver Oak wood. 6) Packing of Photo-voltaic items with rubber wood. 7) Packing using bitumen coated hessian polyethylene Kraft papers. 8) Supply of rubber wood pallets for empty cubicles. 9) Packing of semiconductor panels. 10) Packing of material covered under category of RPP (Registered Postal Parcel) 11] Packing of materials using PVC [sunspace] / corrugated Kraft paper cartons. 12] Packing of materials using heavy duty cartons 3.1 PACKING OF CUBICLES WITH RUBBER WOOD: 3.1.1 The packing is to be done as per clause 2.O in all respects. 3.1.2 The cubi cles are al ready fi xed on wo oden pall ets. Hence t he c ontractor need n ot arrange the

bottom pallets normally. 3.1.3 The cubi cles wil l be of di fferent sizes bo th wi dthwise and l engthwise. Th e cubi cles m ay b e

made up o f sin gle sui te, 2 Suite, 3 Suite, 4 Suite, etc., The w idth of the cubicles generally varies from 400 mm to 1650mm.The l ength o f the cubicle, generally varies from 1500 mm to 4800 mm. The height is normally 2430 mm. In some cases the height may be less/more.

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 6 OF 28

3.1.4 BITUM INISED WATER PROOF KRAFT PAPER: The inner surface of 4 sides of sho ok’s

shall be nailed with Bituminized water proof Kraft paper (as per 2.5.8) using blue nails (as per 2.5.2)wherever 2 pieces of Kraft p aper ar e used, t he joi nt shal l h ave a n ov erlap of minimum 20 mm.

3.1.5 BITUMEN COATED HESSIAN POLYETHYLENE KRAFT PAPER: The inner surface of top

cover shall be nailed with Bitumen coated Hessian polyethylene Kraft paper (as in 2.5.9). This sheet shall project outside on 4 sides by at least 100 mm and shall be nailed properly on sides. Joining of sheets should have overlap of minimum 20 mm.

3.1.6 POLYETHYLENE SHEET COVERING: The cubicles shal l be covered with a pol yethylene

petticoat (Poly ethylene sheet as per 2.5.7). This shall be 'ta ilor mad e' t o fit th e c ubicle. Th e sealing shall be such as not to allow any moisture to enter the cubicle.

3.1.7 SILICA GEL: Silica gel (as per 2.5.15) packed in cotton bags shall be kep t at different places

inside the cubicle as per EDN directions. Each sui t of cub icle shal l be provided with 1 kg of Silica gel (for a 4 suit cubicle 4 kgs of Silica Gel to be used. The bag containing silica gel to be as per 2.5.16).

3.1.8 LOOSE PARTS: Any l oose parts in the cubicles sh all b e t ied u sing co tton/ plastic tape.

Wooden battens shall be provided wherever necessary. 3.1.9 WOODEN BATTENS: In case of cubicle wh ich are not rectangular in shape like control

desks, sufficient number of wooden rafters/batt ens of proper size shall be provided to give strength to the package.

3.1.10 RUBBERISED COIR: Gap between the cubicle and the case shall be filled with rubberized

coir (as per 2.5.10) with distance between consecutive layers less than 500 mm.

3.1.11 CLAMPING: Packi ng shal l be bound at ed ges by nail ing M.S.clamps / Brack ets (as per 2.5.5). Each vertical edge shall have minimum 3 clamps. Top horizontal edges will have one clamp for every m eter length of package. However, minimum 4 clamps shall be nailed at the top for any cubicle.

3.1.12 PACKING SLIP: Packing slip kept in the polyethylene bag (As per 2.5.19) shall be placed in

the box at appropriate place. In addition, one more packing slip covered in polyethylene cover and packing slip holder (as per 2.5.14) shall be nailed to front / rear of case.

3.1.13 MARKING PLATE: One no. (As per 2.5.13) shall be nailed to the front side of the case. 3.1.14 CASE MOUNTING: After complete packing, stencil marking of various details and marking

of symbols shal l be done as per BHEL inst ructions using indelible / no n washable marking ink.

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 7 OF 28

3.2 PACKING OF CUBICLES WITH SILVER OAK / PINE W OOD: Pa cking o f cu bicles for

export shall be done exact ly i n same m anner as descri bed at 3.1 excep t for the foll owing changes: -

Wood shall be Silver oak/ Pine wood instead of rubber wood. - Double polyethylene petticoat instead of one. - Fumigation may have to be done if required ( BHEL Scope).

3.3 Different types of Cubicles with sizes for Packing --------------------------------------------------------------- SL TYPE OF CUBICLE VARIANT DIMENSIONS [Internal sizes] ---------------------------------------------------------------

01 Single suite cubicle - 900 x 950 x2500 02 Two suite cubicle - 1650 x 950 x 2500 03. Three suite cubicle - 2400 x 950 x2500 04. Four suite cubicle - 3150 x 950 x 2500 05. Regulation cub - 1300 x 1350 x 2500 06. Thy cub - 2870 x 1350 x 2500 07. VFD Cub - 3800 x 1550 x 2500

3.4 PACKING OF LOOSE ITEMS/SPARES USING RUBBER WOOD: 3.4.1 Shape of cases shall be square, rectangular with single gabled roof or with double gabled roof

depending on the nature of the job to be packed. Construction shall be as per drawings enclosed. Only gable will be additional as required.

3.4.2 Wood shall be rubber wood with Tongue and Groove joint as per clause 2.2.12. 3.4.3 Chemical treatment as per clause 2.4 to be done. 3.4.4 Width of planks shall be at least 100 mm. Width of binding planks (battens) shal l be at l east

75mm. 3.4.5 External surface of planks on front and rear shall planed 100% (except bottom plank). 3.4.6 Inner surfaces of all 6 sides shall be lined with bitumen coated hessian polyethylene Kraft paper

(as per clause 2.5.9) using blue nails. 3.4.7 Rubb erized coi r of minimum 25m m thickness and 100 m m wid th shall be nailed to inner

surfaces of bottom and 4 sides of box. 3.4.8 Internal packing: Items that go into the box shall be packed using polyethylene sheet/ U foam/

thermocol sheets/ air bubbled sheets/ paper cartoons and cot ton tape. Any space left. Between the job and the sides an d the top of the box shall be fi lled with rubberized coir to get proper cushioning effect.

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 8 OF 28

3.4.9 Certain items like transformers, reactors, breakers, etc., shall be bolted to the bottom of the box

using bolts, nuts and washers. 3.4.10 Silica gel as per clause 2.5.15 held in cotton bags as per clause 2.5.16 shall be kept at proper places in the box. -------------------------------------------------------------------- SL BOX INNER DIMENSIONS VOLUME QUANTITY OF SILICA GEL NO (mm) (liters) (grams) ----------------------------------------------------------

1 300X300X300 27 100 2 400X400X400 64 100 3 500X500X400 100 100 4 600X600X400 144 100 5 700X700X400 196 100 6 770X770X500 297 100

--------------------------------------------------------- 3.4.11. Packing slip kept in polyethylene bag (clause 2.5.19) shall be placed in the box. 3.4.12. Marking plate as per clause 2.5.13 shall be nailed to side of the box. 3.4.13. Two numbers of hoop iron strips as per clause 2.5.3 shall be strapped tightly on the case using

clips. 3.4.14. Stencil marking of various details and marking of various symbols shall be done as per BHEL

instructions using indelible/non-washable marking ink. 3.4.15 Loose items to be kept inside the cubicle

- The components which are removed fro m cu bicle for ship ping purpo se onl y, such as meters shall be kept inside the cubicle individually kept in wooden box and tied firmly in bottom of Cubicle.

- Other i tems which are given l oose i n addition t o cubicle shall b e packed in separate

boxes (like cables).

- For transformer cubicles loose items shall be packed in separate boxes and these boxes may be tied firmly in bottom of cubicles.

- Items which are bi gger in size such as im pulse tu bes m ay be kept i n top of cubicles firmly bunched and tied.

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 9 OF 28

3.5. PACKING OF LOOSE ITEMS USING SILVER OAK / PINE WOOD: Packing of loose items

for export shall be done in same manner as at clause.3.4 . except for the following changes:

-Wood shall be Silver oak/ Pine wood instead of rubber wood. -Fumigation may have to be done. -2 polyethylene covers to be provided.

3.6 PACKING OF PHOTO VOLTAIC PANELS, ETC.USING RUBBER WOOD:

Same as 3.4 above except for the following changes:

- Wood need not be treated with chemical solution. - Tongue and groove jointing is not required. But planks shall be so joined as to not leave

any gap at the joint. Bituminized Kraft paper and Bituminized Kraft sheet need no t be used.

- Silica gel need not be used.

3.7 PACKING USING BITUMEN COATED HESSIAN POLYETHYLENE KRAFT PAPER: 3.7.1. This method is adopted for packing of poles, frames, Empty boxes, etc. 3.7.2. Job shall be covered and stitched tightly with bitumen coated hessian polyethylene Kraft paper. 3.7.3. Marking has to be done as mentioned in CL 3.4.14. 3.8 SUPPLY OF RUBBER WOOD PALLETS FOR EMPTY CUBICLES: 3.8.1. The wood shall be rubber wood. 3.8.2. Thickness of planks shall be 25 +2 mm. The size of the supporting battens at bottom shall be 75

+2 mm (width) and 100+2 mm (height). 3.8.3. If t he width of t he pallet is 1000 mm or le ss, only 2 supp orting battens at the edges may be

provided. In case of pall ets having width of more than 1000 mm, one extra supporting batten shall be provided in the middle.

3.8.4. Jointing of top planks i s not permitted for pallets of wi dth less than 1000mm. For pallets of

width more than 1000 mm, jointing of t op plank is permitted. However, j oint shall be at the center of the supporting batten.

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 10 OF 28

3.8.5 The consecutive top planks shall be so nailed as to leave no gap. Tongue and groove joint is not

required. 3.9 PACKING OF SEMICONDUCTOR DEVICES

Semiconductor devices shall be received in prepackaged condition as per the device type and packed in plywood boxes as per the following procedure,

- Provide thrmocole sheets/rubberized coir. - Stack the preplaced devices inside the case. - Fill up gaps with thermocol sheets/rubberized coir. - Close the top cover and nail. - Provide suitable marking of the package details.

3.9.1 Packing of material for Registered Post Parcel (RPP) RPP packing boxes to be made in-house

with 12mm (for sides) and 6mm thick (for top and bottom) commercial quality ply wood sheet. The size of the box should be decided on the material to be dispatched. Between material 10mm and 15mm thick thermocole sheets or rubberized coir/foam should be provided as cushion.

3.9.2. Packing of materials using sunpac cartons and corrugated Kraft paper cartons: Individual items can be pack ed using sunpac or p olyprophelene [ PVC]/ corrugated K raft paper cartons of suitable sizes and g ram mage depending upon the items to be packed. Heavy duty cartons can also be used for packing of loose items, manuals, repaired items and others.

3.9.3. Packing of m aterials using Heavy d uty cartons: Panels can also be p acked using Heavy duty

carton wit h oth er requi red packi ng m aterials hav ing 2000gsm corrug ated bo ard of 7 ply 15 thick. Loose items and spares can be packed using 5ply 2000gsm corrugated heavy board with other packing materials. Different sizes of cartons are required depending upon the sizes of the items being packed. Details are separately given.

4.0 ADDITIO NAL POINTS TO BE FOLLOWED FOR EXPORT ORDER SEAWORTHY

PACKING: 4.1 Packing to be done as per Fig - 6. Thickness of G.I.sheet 0.3 mm. plus or minus 0.05 [0.3-0.05]

Additional points to be taken care for :

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 11 OF 28

Easy spares [Initial and O&M ] Traceability and Identification at units and as well as at

sites:

(Recommendations from Corporate Systems & IT)

Sl Activity

1 All Initial and O&M spares preferably supplied in one lot to site and progressive inventory till all spares are accumulated could be kept at units.

2 Spares (Initial and O&M) should be supplied in separate Boxes / Containers and not mixed in main supply boxes.

3 i) Initial spares Box / Container to be labeled as “INITIAL SPARES “ in RED. Ref fig: 14 (Page-26).

ii) O & M spares Box /Container to be labeled as“ O&M SPARES “ in GREEN. Ref fig: 14 (Page-26).

 4 

iii) Initial Spares Box to have red Color strip as per diagram. Ref fig: 14 (Page-26).

iv) Majority of spares (initial and O&M) are for indoor storage at site.

v) O&M spares box to have green Color strip as per diagram. Ref fig: 14 (Page-26).

  5 

vi) Spares (Initial and O&M ) Packing list kept inside the boxes and affixed securely outside the box to contain

vii) Custom name

viii) Project / Power station Name ix) Customer PO No and date

x) Sl no of customer PO.

xi) Quantity total & dispatched.

xii) Unit work order number

xiii) All above to be developed from Unit IT System

 6 

xiv) All spares (Initial and O&M) items to have tags (wono, item customer order no, customer item.description)

7 xv) Supply of spares by Vendor should also be instructed for

following point 2,3,4,5,6 mentioned above.

Action By : Sites on arrival of spares (Initial and O&M)Receipt . Activity

1 Material utilized if any from Initial and O&M spares , should have prior written approval of concerned MUs. Such MUs shall also confirm replacement dates which should be entered in the system for creation of repository.

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 12 OF 28

5.0 DETAILS OF DRAWINGS/FIGURES ENCLOSED FIG-1: Details Of Cubicle Packing Box

FIG-2: Binding Of Panel FIG-3: Lifting Of Packed Case NOTE: 1) Spreaders are to be used only for lifting the case. 2) Spreaders are wooden items & not nailed to the case. 3) Height between crane hook & spreaders to be kept Minimum to void rotation of case while lifting. FIG-4: Lifting And Moving Un Packed Case FIG-5: Marking Plate FIG-6: Closed Packing Case With G.I. Sheet Showing Layers Of Packing Materials. FIG-7: Mechanical Latching Clamp FIG-8 to 15 : Sample Packing drawing of single/ double / triple & four suit pane.l

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 13 OF 28

A4 - 14

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 14 OF 28

Fig. 2 : Binding of Panel

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 15 OF 28

A4 - 14

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 16 OF 28

A4 - 14

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 17 OF 28

A4 - 14

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 18 OF 28

A4 - 14

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 19 OF 28

Fig – 7 : Mechanical Latching Clamp

A4 - 14

A4 - 14

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 20 OF 28

Fig – 8 : Single Suit Cubicle Packing View

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 21 OF 28

Fig – 9 : Single Suit Packing Assembly Drawing

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 22 OF 28

Fig – 10 : Two Suit Packing Assembly Details

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 23 OF 28

Fig – 11 : Two Suit Panel Packed view

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 24 OF 28

Fig – 12 : Three Suit Panel Packing Assembly View

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 25 OF 28

Fig -13 : Three Suit Panel Packed View

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 26 OF 28

Fig – 14 : Four Suit Panel Packing assembly Detail

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 27 OF 28

Fig -15 : Four Suit Panel Packing View

PLANT STANDARD

ED 049 00 99 REV NO 10 PAGE 28 OF 28

Easy spares [Initial and O&M ] Traceability and Identification at units and as well as at sites:

Fig: 14

O & M SPARES

INITIAL SPARES

ENGINEERING CHECKLISTITEM : SWASPROJECT: UPPUR 2X800 MWImportant Note: Bidders to Mandatorily fill the below checklist (with Company seal and Signature), otherwise offers shall be rejected.

Sl. No. DESCRIPTIONNOT CONFIRMED

(If applicable Please Tick Mark '√')

CONFIRMED(If applicable Please

Tick Mark '√')

1

“Bidder/OEM/System Integrator shall have successfully completed design, engineering, procurement, manufacturing, shop testing, erection and commissioning of SWAS, which had guaranteed and trouble free performance has been proven at least for Two (02) Years as on 01.10.2015, in not less than two (02) Nos of different reheat type pulverized coal fired units of unit size not less than 500 MW except some specific requirements indicated elsewhere.”

2 Compliance to Each point in PQR

3 All Analysers shall have 2 x 4-20 mA, galvanically isolated outputs and relay contacts for alarms shall be provided as per Specs.

4 All offered analyser shall be suitable for 240 V supply & shall be 4 wire analysers.

5 Mandatory spares shall be offered against each line item of the specs. If any item is not available meeting the description of the specs, then functionally equivalent item shall be offered against that line item.

6 Pl. furnish the cell constants for each Tag No. and confirm that in the event of any change in cell constant required during approval stage, same shall be done without any commercial implication.

7 Anlysers are with digital communication facility like RS485 / HART / Modbus / Profibus

8All sample wetted parts & Sampling tubes/coil of Primary & Secondary coolers shall be SS316 material. Also cooling water lines from headers to Coolers shall be SS 316

9 Pl. confirm that offer includes high pressure reducing valve in the primary rack for all High Pr. Samples (>100 Kg/cm2

10 Chiller for the project shall have required capacity for the system (Minimum 5 TR) & shall be with SS 316 Tank

11 1 time Gas filing shall be considered for Chiller at site during commissioning/handing over. This is in addition to gas filling done for functional checking during inspection at vendor works.

12 Packing shall be as per corporate standard indicated in Specs

13Pl. confirm that all analyzers shall be provided with all consumables & reagents required for 12 months operation after commissioning of system.

14

All items with limited shelf life shall be supplied during commissioning only. If any items require replacement due to expiry of shelf life, same shall be replaced without any commercial implication to BHEL-EDN (Such as Tygon tube, pH Cells, DO sensors, Reagents).

15

All headers in Primary racks & Wet Panel shall be supplied with suitable sized counter and mating flanges. In addition to this, 1 set of mating & counter flanges shall be provided for all the cooling water headers for connecting to tapping point in field.

16Pl. confirm that that IBR certified Isolation valve, Blowdown valves in primary rack shall be offered, and for primary coolers IBR certified coil/U-stamped cooler shall be offered.

17

Pl. confirm that all components/accessories required to meet the intent of the specification shall be offered. If it is found, at any stage of procurement /commissioning, that some components/accessories have not been offered/supplied, same shall be supplied without any cost/time implication to BHEL to meet the system / product requirement

18 Pl. confirm that for tubing between wet and dry panel suitable DFDC connectors shall be provided19 Pl. confirm that Insulation of Pipe between Chiller and wet panel shall be done at site.20 Pl. confirm that stream selector shall be with pulse based selection.

21Mandatory Spares shall be sent in pre-decided lots in containers /secure boxes distinctly marked in Red colour with boldly written "S" mark on each face of the containers /secure boxes.

22 Pl. confirm that There is no deviation w.r.t Purchase Spcifications.

23At later stage if it is found that vendor offer is not in line with tender specification then vendor to supply material in line with tender specification without any price impact to BHEL.

(Company seal and Signature)

Page 1 of 3

 

 

CE: PR: 003- Rev 01

SPECIAL COMMERCIAL CONDITIONS OF CONTRACT 

Reference is brought to BHEL’s Instructions to Bidders (Document Ref: CE: PR: 001‐ Rev 01) and General Commercial Conditions for Contract (Document Ref: CE: PR: 002‐ Rev 01).  These two documents along with Special Conditions of Contract annexed to this RFQ will form an integral part of the contract as and when the RFQ culminates into a Purchase Order / Contract. 

RFQ No: MGR0000265 RFQ Date: 14/06/18 ; Due Date: 06/07/2018 Customer/Project: TANGEDCO / UPPUR (2x800 MW) STPP-BTG Package Item Description: Steam and Water Analysis System - Analysers + Sample Handling System TYPE OF BID: SINGLE PART BID / TWO PART BID / THREE PART BID  Purchase Executives: Clarifications with regard to the tender shall be addressed to purchase officers whose e-mail IDs are given below: [email protected]_____ or _________ [email protected] __________ Splitting of tendered quantity to MSE vendors: The tendered quantity will /will not be split to MSE vendor/s subject to submission of relevant documents by vendors. Refer clause I of Instructions to Bidders for conditions applicable and for information on documents to be submitted.  Destination: a) For Indigenous scope of supply, items are to be directly despatched to BHEL/Customer Stores located at Uppur project site in Ramanathapuram Dist. of Tamilnadu state. Consignee details and Road Permit, if applicable, will be issued by BHEL along with Despatch Clearance.                        b) For Imported scope of supply, destination is__ Bangalore port _______. In case of shipment by sea, port of discharge will be __ Chennai__ seaport and port of delivery shall be ___ ICD,Bangalore _________.  Project Benefits:                Imported scope of supply: 

a) DEEC / EPCG/DFIA/ Physical Export contract: Eligible for “NIL” Basic Customs Duty. b) Project Imports: Eligible for Basic Concessional Customs Duty. c) Basic Custom duty and Cess on Basic Custom duty are reimbursable by customer.

All Analysers & Spares are eligible for “NIL” Basic Customs Duty. Note.a : Any change in project status/duty benefits will be intimated before price-bid opening/RA. Terms of Delivery:  

Indigenous scope of supply:  Ex-works < station of dispatch > (including Packing & Forwarding charges but excluding Taxes & Duties).

Imported scope of supply: F.C.A. (for air consignments) < indicate international port of dispatch >/ C.I.F. (for sea consignments) < ICD,Bangalore > (including Packing, Forwarding, Handling, Ancillary charges like processing of Sight Draft/ Letter of Credit, negotiation of bank documents, Export declaration, Country of Origin etc.). Kindly indicate the approximate weight of the total imported consignment, which is required for calculating air-freight charges: _____________

Under-mentioned details shall be provided against indigenous supplies:

a. GSTIN (no.) of place of supply: ________________________

Bharat Heavy Electricals Ltd.,

(A Government of India undertaking) Electronics Division

PB 2606 , Mysore Road Bangalore , 560026 INDIA

Page 2 of 3

b. HSN (Harmonized System of Nomenclature) code: ____________________ Applicable tax and Rate: ___________&___________

Note.b: Please ensure the suitable packing standard to avoid damages during transit. I. Bidders to mandatorily provide confirmation/compliance for the under-mentioned terms:

SL NO.  TERMS  BHEL ACCEPTABLE TERM  BIDDER’S 

CONFIRMATION  REMARKS,if any 

01 Reverse Auction

BHEL’s decision for opting Reverse Auction or price-bid opening, will be intimated separately to qualified bidders after finalization of techno-commercial evaluation. In case BHEL does not resort to Reverse Auction, the price bids and price impacts (if any) shall be opened as per BHEL’s standard practice. Note: Non-acceptance to participate in RA may result in non-consideration of the bid, in case BHEL decides to go for RA.

 AGREE 

02

 Parting of  license  for  imported raw materials 

In case of projects where Basic Custom Duty is NIL and vendor is importing any raw materials / components for the enquired item, same are eligible for Zero Customs duty. As per EXIM policy, BHEL will part the import licence with the vendors to obtain import licence by themselves and custom clear the raw materials/ components by availing zero customs duty. Hence, please furnish list of raw materials / components to be imported by you with Quantity and CIF value (for which BHEL has to share import licence). The benefit due to the above shall be passed on to BHEL and confirmed in the quotation. If there are no imported raw materials/components, same shall be confirmed in the offer.

 AGREE 

 CIF value ………….

Yes, benefit passed‐on to BHEL in the priced quotation. 

(or) We confirm that there are no imported 

components 

03 Delivery Period  Within 08 weeks from the date of issue of Manufacturing clearance along with approved document. However for Commissioning spares and all consumable items, delivery shall be within 06 weeks from the date of accordance of manufacturing clearance by BHEL at the time of commissioning of equipment. Delay in contractual delivery will attract Penalty as per GCC Clause no.:04.b.

AGREE 

……………… weeks

04 Terms of Payment at  the time of material supply 

Refer Clause “F” of Instructions to Bidder for BHEL standard Payment terms and loading factors applicable for non-compliance against payment terms: Indigenous Scope : a)Supply with Erection & Commissioning b)Supply with Erection Supervision & Commissioning c) Supply only Imported Scope : d)Supply with Erection & Commissioning e)Supply with Erection Supervision & Commissioning f) Supply only High‐Sea sales : g)Supply with Erection & Commissioning h) Supply with Erection Supervision & Commissioning i) Supply only Spares: c) and/or f)/i) depending upon the scope

  

AGREE         

  

 

II. Bidder to note that Deviations shall not be permitted for the below mentioned terms and are deemed to be complied. In case of non‐compliance/deviation, offer shall be liable for rejection: 

(1) Submission of documents post PO viz., drawings /data sheet etc. as indicated in Cl: 04 of GCC: Within 02 weeks from the date of receipt of Purchase Order. Delay in submission of complete set of specified documents in NIT, will attract Penalty as per GCC

Page 3 of 3

Clause no.:04.a. (2) Validity: The offer will be valid for a period of _120_ days from the date of part-I bid opening and in case of Negotiation/ Counter-

offer/Reverse Auction, price validity will apply afresh for a period of _60_ days from the date of according final price by bidder (or) up to original validity period, whichever is later.

(3) Guarantee/ Warranty:   _36_ months from the date of dispatch of goods or _30_ months from the date of commissioning of goods, whichever is earlier. However, Warranty for Commissioning Spares and all Consumables is applicable only for a period of _12_ months from the date of dispatch of goods.

(4) Performance Bank Guarantee (PBG): PBG will be applicable for a period of _36_ months from the date of dispatch of goods + claim period of 03 months, for a value equal to 10% of the basic value of the purchase order. It shall however be noted that PBG is not applicable against supply of Commissioning Spares and all Consumables. Refer Clause “H” of Instructions to Bidders. Also note that PBG should be in the format specified in Annexure VII of ITB and no deviation to this format will be allowed. Note: In case PBG is not furnished, the 10% basic amount will be withheld from the supply invoice. This withheld amount will be paid either against submission of supplementary invoice & Original PBG (or) against supplementary invoice without PBG after expiry of Warranty period.

(5) Despatch Documents: Complete set of despatch documents (original + 1 photocopy set) as per Purchase Order shall be forwarded to Purchase Executive/BHEL directly. Depending upon the project/customer demands, despatch documents may include one or more documents from the following: Invoice (02 sets of original), Lorry Receipt (L/R), Packing List, Air Way Bill (AWB)/Bill Of Lading (BOL), Copy of High Sea Sales (HSS) agreement, Country of origin certificate, NIL Short Shipment Certificate, Original Performance Bank Guarantee (directly from issuing bank to BHEL), insurance intimation letter, POD (Proof of Delivery) on L/R. The precise list of despatch documents needed for the project will be specified in the Purchase Order. One set of Invoice, Packing List and L/R or AWB shall be e-mailed/faxed immediately to BHEL-EDN after despatch.

(6) Freight Charges  (for  indigenous  scope of  supply):  Freight charges shall be to vendor's account. Bidder to quote lump sum

reasonable Freight charges along with applicable tax, in priced offer.

(7) Commissioning Spares and all Consumables are to be arranged for dispatch to project site only after receiving manufacturing clearance from BHEL which will be based on the requirement of these items at project site as per commissioning schedule of the equipment.

(8) Evaluation criteria for tendered item/s:

Item-wise evaluation of tendered item. (or)

Item/s shall be evaluated and procured as a combined package. However, separate purchase orders will be released for Main supply and Spares supply.

(9) Integrity Pact: Execution of Integrity Pact is applicable for this tender (Refer clause “K” of Instructions to Bidders).

Details of IEM for this tender are mentioned below: Name: ____________ Address: ____________ Email: ____________

(10) Comprehensive Annual Maintenance Contract : CAMC will be applicable for a period of _04_ years from the date of expiry of warranty period (or) from the date of completion of commissioning of equipment, whichever is later. In case the quoted total AMC value is less than __20%__ of the main supply value, BHEL shall evaluate Bidders Price deducting differential amount from main supply price and apportioning towards AMC charges. Refer Sl. no. ‘j’ under Clause ‘F’ of Instructions to Bidder for Payment term.

With this, we hereby confirm that all the terms & conditions as indicated in Instructions to Bidders (Document Ref: CE: PR: 001‐ Rev 01) & General Commercial Conditions for Contract (Document Ref: CE: PR: 002‐ Rev 01) are accepted without any deviation. 

Vendor’s Signature with Seal  

Note c: The above filled-in document shall be furnished as part of Techno-commercial Bid without fail.

Page 1 of 12

CE:PR:001- Rev 01

INSTRUCTIONS TO BIDDERS Bidder is requested to read the instructions carefully and submit their quotation taking into consideration of all the points: A. GENERAL INSTRUCTIONS:

1. Any Purchase Order resulting from this enquiry shall be governed by the Instructions to Bidders (document reference: CE: PR: 001 – Rev 01), General Conditions of Contract (document reference: CE: PR: 002 - Rev 01) and Special Conditions of Contract, if any, of the enquiry.

2. Any deviations from or additions to the “General Conditions of Contract”or “Special Conditions of Contract” require BHEL’s express written consent. The general terms of business or sale of the bidder shall not apply to this tender.

3. Regret letter (either through post or by mail or by EPS) indicating reasons for not quoting must be submitted without fail, in case of non-participation in this tender. Supplier shall be liable for removal as a registered vendor of BHEL when the supplier fails to quote against four consecutive tender enquiries for the same item or all enquiries in last two years for the same item, whichever is earlier.

4. Procurement directly from the manufacturers is preferred. However, if the OEM/ Principal insist on engaging the services of an agent, such agent shall not be allowed to represent more than one manufacturer/ supplier in the same tender. Moreover, either the agent could bid on behalf of the manufacturer/ supplier or the manufacturer/ supplier could bid directly but not both. Agent/Representative authorized by the OEM/Principal in turn cannot further sub authorize any other firm for submitting the offer or for placement of order.

In case bids are received from the manufacturer/ supplier and his agent, bid received from the agent shall be ignored.

5. Consultant / firm (and any of its affiliates) shall not be eligible to participate in the tender/s for the related goods for the same project if they were engaged for consultancy services for the same project.

6. If an Indian representative/associate/liaison office quotes on behalf of a foreign based bidder, such representative shall furnish the following documents:

a. Authorization letter to quote and negotiate on behalf of such foreign-based bidder. b. Undertaking from such foreign based bidder that such contract will be honored and executed according

to agreed scope of supply and commercial terms and conditions. c. Undertaking shall be furnished by the Indian representative stating that the co-ordination and smooth

execution of the contract and settlement of shortages/damages/replacement/repair of imported scope till the equipment is commissioned and handed over to customer will be the sole responsibility of the Indian representative/associates/agent/liaison office.

d. Refer Annexure I on “Guidelines for Indian Agents”.

7. In case of imported scope of supply, customs clearance & customs duty payment will be to BHEL account after the consignment is received at Indian Airport /Seaport.Bidders must provide all original documents required

Bharat Heavy Electricals Ltd.,

(A Government of India undertaking) Electronics Division

PB 2606 , Mysore Road Bangalore , 560026 INDIA

Bharat Heavy Electricals Ltd.,

(A Government of India undertaking) Electronics Division

PB 2606 , Mysore Road Bangalore , 560026 INDIA

Page 2 of 12

for completing the customs clearance along with the shipment. Warehousing charges due to incomplete or missing documentation will be to supplier’s account. All offers for imported scope of supply by air, must be made from any of the gateway ports (within the country) indicated (Refer Annexure II).

8. The offers of the bidders who are on the banned list and also the offers of the bidders, who engage the services of the banned firms, shall be rejected. The list of the banned firms is available on BHEL website: http://www.bhel.com/vender_registration/vender.php

9. Business dealings with bidders will be suspended if they are found to have indulged in any malpractices/misconduct which are contrary to business ethics like bribery, corruption, fraud, pilferage, cartel formation, submission of fake/false/forged documents, certificates, information to BHEL or if they tamper with tendering procedure affecting the ordering process or fail to execute a contract, or rejection of 3 consecutive supplies or if their firms / works are under strike/lockout for a long period.Bidder may refer “Guidelines for Suspension of Business Dealings with Suppliers/ Contractors” available on www.bhel.com for more details.

10. The bidder along with its associate/collaborators/sub-contractors/sub-vendors/consultants/service providers shall strictly adhere to BHEL Fraud Prevention Policy displayed on BHEL website http://www.bhel.com and shall immediately bring to the notice of BHEL Management about any fraud or suspected fraud as soon as it comes to your notice.

B. GUIDELINES FOR PREPARATION OF OFFER:

1. Quotation shall be submitted in Single Part Bid, Two Part Bid or Three Part Bid, as called for in the tender: SINGLE PART BID: Technical and Commercial Bid with prices along with price summary & filled in BHEL

Standard Commercial terms and conditions in a single sealed envelope. TWO PART BID: Unpriced offer i.e. “Techno-commercial Bid” with filled in BHEL Standard Commercial

terms and conditions in a sealed envelope along with the copy of the “Price Bid”without the prices should be enclosed in one cover and the cover must be super scribed “Techno-commercial offer) and Priced offer i.e. “Price Bid”containing price summary in a separate sealed envelope and must be super scribed “Price Bid”.Both these envelopes shall be enclosed in a single sealed envelope superscribed with enquiry number, due date of tender and any other details as called for in the tender document.

THREE PART BID: Pre-qualification Bid (Part-I), Techno Commercial Bid with filled in BHEL Standard Commercial terms and conditions (Part-II), and Price Bid (Part-III). All three envelopes shall be enclosed in a single sealed envelope superscribed with enquiry number, due date of tender and any other details as called for in the tender document.

If any of the offers (Part I, Part II or Part III) are not submitted before the due date and time of submission (or) if any part of the offer is incomplete, the entire offer of the bidder is liable for rejection.

2. Supplier shall ensure to superscribe each envelope with RFQ number, RFQ Date, RFQ Due date and time, Item Description and Project clearly & boldly. Also mention on the envelope whether it is “Techno Commercial Bid” or “Price Bid” or “Pre-Qualification Bid”. Please ensure complete address, department name and purchase executive name is mentioned on the envelope (before dropping in the tender box or handing over) so that the tender is available in time for bid opening.

3. BHEL standard Commercial Terms and Conditions (duly filled, signed & stamped) must accompany Technical-Commercial offer without fail and should be submitted in original only.

The above indicated submission of Offers in “sealed envelope/hard copy” as mentioned in points B.1-B.3 is applicable for tenders that are not floated through E-Procurement System (EPS).

4. Validity: Unless otherwise specified in SCC (special commercial conditions of contract), the offer will be valid for a period of 90 days from the date of part-I bid opening and in case of Negotiation/Counter-offer/Reverse

Page 3 of 12

Auction, price validity will apply afresh for a period of _60_ days from the date of according final price by bidder (or) upto original validity period, whichever is later.

5. Any of the terms and conditions not acceptable to supplier, shall be explicitly mentioned in the Techno-Commercial Bid. If no deviations are brought out in the offer it will be treated as if all terms and conditions of this enquiry are accepted by the supplier without deviation.

6. Deviation to this specification/item description, if any, shall be brought out clearly indicating “DEVIATION TO BHEL SPECIFICATION” without fail, as a part of Techno-Commercial Bid. If no deviations are brought out in the offer it will be treated as if the entire specification of this enquiry is accepted without deviation.

7. Suppliers shall submit one set of original catalogue, datasheets, bill of materials, dimensional drawings, mounting details and/or any other relevant documents called in purchase specification as part of Technical Bid.

8. “Price Bid” shall be complete in all respects containing price break-up of all components along with all applicable taxes and duties, freight charges (if applicable) etc. Once submitted no modification / addition / deletion will be allowed in the “Price Bid.” Bidders are advised to thoroughly check the unit price, total price to avoid any discrepancy.

9. In addition, bidder shall also quote for erection & commissioning charges/erection supervision & commissioning charges (E&C service charges) if applicable, documentation charges, testing Charges (type & routine), training charges etc. as applicable along with corresponding tax. The price summary must indicate all the elements clearly.

10. For Physical Export projects or wherever services are rendered by foreign suppliers in India, bidders should indicate “lumpsum” Erection and Commissioning (or) Erection Supervision and Commissioning charges, as applicable (including To & Fro Fare, Boarding, Lodging, Local Conveyance etc.) for carrying out E&C activity and further handing over to customer. The quotation shall clearly indicate scope of work, likely duration of commissioning, pre-commissioning checklist (if any).

11. Wherever bidders require PAC (Project Authority Certificate)/applicable certificates for import of raw materials, components required for DECC,EPCG Power Projects, Export Projects or other similar projects wherein supplies are eligible for customs duty benefits, lists and quantities of such items and their values (CIF) has to be mentioned in the offer. Prices must be quoted taking into account of such benefits.

12. Prices should be indicated in both figures & words. Bid should be free from correction/overwriting, using corrective fluid, etc. Any interlineation, cutting, erasure or overwriting shall be valid only if they are attested under full signature(s) of person(s) signing the bid else bid shall be liable for rejection. Any typographical error, totalling mistakes, currency mistake, multiplication mistake, summing mistakes etc. observed in the price bids will be evaluated as per Annexure III “Guidelines for dealing with Discrepancy in Words & Figures – quoted in price bid” and BHEL decision will be final.

13. Documents submitted with the offer shall be signed and stamped in each page by authorized representative of the bidder. However, this requirement is not mandatory for offers uploaded through E-Procurement System (EPS).

C. GUIDELINES FOR OFFER SUBMISSION: The under-mentioned clauses 1, 2&3 will not be applicable for EPS tenders.

1. Offers / Quotations must be dropped in tender box before 13.00 Hrs. on or before due date mentioned in RFQ.The offers are to be dropped in the proper slot of the Tender Box kept in our reception area with caption "CE, SC&PV, DEFENCE". Tenders are opened on 3 days in a week (Monday/Wednesday/Friday). Tender must be deposited in the slot corresponding to the day (Monday - Box no.4/Wednesday - Box no. 6 /Friday - Box no.8) while depositing the offer.

Page 4 of 12

2. E-Mail/ Internet/EDI offers received in time shall be considered only when such offers are complete in all

respects. In case of offers received through E-mail, please send the offer to the email ID specified in the SCC document of the tender.

3. Offers of Vendors who already have a valid Technical/Commercial MOU with BHEL-EDN for the items of the RFQ shall mention the relevant MOU reference no. and give only such other details not covered in the MOU.

4. In cases where tender documents are bulky, or due to some reasons tender documents are required to be submitted by hand or through posts/couriers, the offers are to be handed over either of the two purchase officers whose names are mentioned in the SCC document of tender RFQ.

5. Tenders will be opened on due date, time and venue as indicated in the RFQ in the presence of bidders at the venue indicated in the RFQ. For EPS tenders, e-mail notifications will be automatically generated and forwarded to registered e-mail ID/s of bidders during opening of tenders.

6. Bidder will be solely responsible:

a. For submission of offers before due date and time. Offers submitted after due date and time will be treated as "Late offers" and will be rejected.

b. For submission of offers in the correct compartment of the tender box based on the day of due date (Monday/Wednesday/Friday). Please check before dropping your offer in the correct tender box.

c. For depositing offers in proper sealed condition in the tender box. If the bidder drops the tender in the wrong tender box (or) if the tender document is handed over to the wrong person, BHEL will not be responsible for any such delays.

d. For offers received through email etc., suppliers are fully responsible for lack of secrecy on information and ensuring timely receipt of such offers in the tender box before due date & time (This clause will not be applicable for EPS tenders).

The above indicated submission of Offers as mentioned in points 6.a-6.d is applicable for tenders that are not floated through EPS. e. In case of e-tender, all required documents should be uploaded before due date and time. Availability of

power, internet connections, system/software requirements etc. will be the sole responsibility of the bidder. Wherever assistance is needed for submission of e-tenders, help-line numbers as available in the web-site of service provider of BHEL may be contacted. Purchase Executive/ BHEL shall not be responsible for any of the activities relating to submission of offer.

D. PROCESSING OF OFFERS RECEIVED:

1. Any discount/ revised offer submitted by the supplier on its own shall be accepted provided it is received on or before the due date and time of offer submission (i.e. Part-I bid). The discount shall be applied on pro-rata basis to all items unless specified otherwise by the bidder.

2. Changes in offers or Revised offers given after Part-I bid opening shall not be considered as a part of the original offer unless such changes/revisions are requested by BHEL. In case of withdrawal of any Technical/Commercial deviation(s) by the bidder before opening of price bids/conducting the Reverse Auction, revision of price/impact bid will not be accepted.

3. In case there is no change in the technical scope and/ or specifications and/ or commercial terms & conditions, the supplier will not be allowed to change any of their bids after Technical bids are opened (after the due date and time of tender opening).

4. In case of changes in scope and/ or technical specifications and/ or commercial terms & conditions by BHEL and it accounts for price implications from bidders, all techno-commercially acceptable bidders shall be asked

Page 5 of 12

by BHEL (after freezing the scope, technical specifications and commercial terms & conditions) to submit the impact of such changes on their price bid. Impact price will be applicable only for changes in technical specification / commercial conditions by BHEL. The impact price must be submitted on or before the cut-off date specified by BHEL and the original price bid and the price impact bid will be opened together at the time of price bid opening.

5. BHEL reserves the right to adopt Reverse Auction or standard Price Bid Opening procedure for price evaluation, at its discretion. This shall be decided after completion of techno-commercial evaluation of tender (Refer BHEL website http://www.bhel.com/vender_registration/vender.php for Guidelines of Reverse Auction). In case BHEL does not resort to Reverse Auction, the price bids and price impacts (if any) already submitted and available with BHEL shall be opened as per BHEL's standard practice.

6. Un-opened bids (including price bids) will be returned to the respective bidders after release of Purchase order. Regarding Offers for EPS tenders that get rejected on PQC/ techno-commercial grounds, the bids for the subsequent parts will not be opened i.e., both technical bid and price bid (Parts-II & III)will not be opened in case of rejection on PQC ground and price bid (Part-II/Part-III, as applicable) will not be opened in case of rejection on techno-commercial ground.

7. After receipt of Purchase Order, supplier should submit required documents viz.,specified drawings, bill of materials, datasheets, catalogues, quality plan, test procedure, type test report , O & M Manuals and/or any other relevant documents as per Specification/Purchase Order, as and when required by BHEL/Customer.

8. Any deviation to the terms and conditions not mentioned in the quotation by supplier in response to this enquiry will not be considered, if put forth subsequently or after issue of Purchase Order, unless clarification is sought for by BHEL and agreed upon in the Purchase Order.

9. Evaluation shall be on the basis of delivered cost (i.e. “Total Cost to BHEL"). “Total Cost to BHEL” shall include total basic cost, packing & forwarding charges, taxes and/or duties(as applicable), freight charges, taxes on Services, customs clearance charges for imported items, any other cost indicated by bidder for execution of the contract and loading factors (for non-compliance to BHEL Standard Commercial Terms & Conditions). Benefits arising out of Nil Import Duty on DEEC, EPCG, DFIA Projects, Physical Exports or such 100% exemptions (statutory benefits), project imports, customer reimbursements of statutory duties (like Basic Customs Duty and cess on customs duty), Input tax credits as applicable will also be taken into account for arriving at the Total cost to BHEL (wherever applicable and as indicated in SCC document of tender). For EPS tenders, it shall be noted that the prices (including discounts) vis-a-vis currency quoted in EPS portal only will be considered as Final for the purpose of evaluation of the lowest bidder. Bidder shall ensure to indicate the applicable taxes against each line item in online portal, failing to which the same will be considered as inclusive/NIL.

10. For evaluation of offers in foreign currency, the exchange rate (TT selling rate of SBI) shall be taken as under:

Single part bids: Date of tender opening Two/three part bids: Date of Part-I bid opening Reverse Auction: Date of Part-I bid opening In case of Performance Bank Guarantee (PBG) also, exchange rate will be considered as mentioned above for converting foreign currency to Indian currency and vice versa.

If the relevant day happens to be a bank holiday, then the exchange rate as on the previous working day of the bank (SBI) shall be taken.

Page 6 of 12

11. Ranking (L-1, L-2 etc.) shall be done only for the techno-commercially acceptable offers.

E. INFORMATION ON PAYMENT TERMS:

1. All payments will be through Electronic Fund transfer (EFT). Vendor has to furnish necessary details as per BHEL standard format (Refer Annexure IV) for receiving all payments through NEFT.(Applicable for Indian vendors only)

2. In case of High Sea Sales transaction, customs clearance of the consignment landed on Indian Sea/Air ports will be done by BHEL based on the original HSS documents provided by vendors. All warehousing charges due to delay in submission of complete and or correct HSS documents to BHEL will be to supplier’s account only. Such recovery will be made out of any of the available bills (Refer Annexure V).

3. Statutory deductions, if any, will be made and the deduction certificate shall be issued. In case vendor does not provide PAN details, the TDS deduction shall be at the maximum percentage stipulated as per the provisions of Income Tax Act.

In addition to the above, Foreign vendors shall also submit relevant details of their bankers like Swift Code, Banker’s Name &Address etc.

4. Incomplete documentation will not be accepted. Delayed submission of invoice / documents may result in corresponding delay in payment. In this connection, request to also refer clause: G about invoicing & payment formalities under GST regime. Applicable documents shall be submitted to the purchaser at the time of execution of supplies/services for availing GST input credits.

F. STANDARD PAYMENT TERMS OF BHEL-EDN:

PURCHASE ORDERS FOR:

SUPPLY WITH ERECTION & COMMISSIONING

SUPPLY WITH ERECTION SUPERVISION & COMMISSIONING

SUPPLY ONLY

INDIGENOUS PROCUREMENT

a. 90% of basic value + 100% of taxes and freight charges will be paid in 45 days from the date of dispatch or 15 days from the date of submission of complete set of documentation, whichever is later.

Balance 10% of basic value (Retention money) will be paid in 15 days from the date of submission of supplementary invoice/documents against proof of completion of E&C. Note: In case PBG is not furnished, only 80% payment will be released against 90% claim without the consent of Vendor. This 10% basic amount withheld towards PBG will be paid either against submission of supplementary invoice & Original PBG (or) against supplementary invoice without PBG after expiry of Warranty period.

b. 95% of the basic value + 100% of taxes and freight charges will be paid in 45 days from the date of dispatch or 15 days from the date of submission of complete set of documentation, whichever is later.

Balance 5% of basic value (Retention money) will be paid in 15 days from the date of submission of supplementary invoice/documents against proof of completion of commissioning.

Note: In case PBG is not furnished, only 85% payment will be released against 95% claim without the consent of Vendor. This 10% basic amount withheld towards PBG will be paid either against submission of supplementary invoice & Original PBG (or) against supplementary invoice without PBG after expiry of Warranty period.

c. 100% of PO value with taxes and freight will be paid in 45 days from the date of dispatch or 15 days from the date of submission of complete set of documentation, whichever is later.

Page 7 of 12

PURCHASE ORDERS FOR:

SUPPLY WITH ERECTION & COMMISSIONING

SUPPLY WITH ERECTION SUPERVISION & COMMISSIONING

SUPPLY ONLY

IMPORT PROCUREMENT

d. 90% of the basic value will be paid on the 45th day, against usance draft of 45 days, from the date of AWB/BOL on submission of complete set of documents.

Balance 10% of basic value (Retention money) will be paid in 15 days from the date of submission of supplementary invoice/documents against proof of completion of E&C. Note: In case PBG is not furnished, only 80% payment will be released against 90% claim without the consent of Vendor. This 10% basic amount withheld towards PBG will be paid either against submission of supplementary invoice & Original PBG (or) against supplementary invoice without PBG after expiry of Warranty period.

e. 95% of the basic value will be paid on the 45th day, against usance draft of 45 days, from the date of AWB/BOL on submission of complete set of documents.

Balance 5% of basic value (Retention money) will be paid in 15 days from the date of submission of supplementary invoice/documents against proof of completion of commissioning.

Note: In case PBG is not furnished, only 85% payment will be released against 95% claim without the consent of Vendor. This 10% basic amount withheld towards PBG will be paid either against submission of supplementary invoice & Original PBG (or) against supplementary invoice without PBG after expiry of Warranty period.

f. 100% of PO value will be paid against usance draft of 45 days from the date of AWB/BOL on submission of complete set of documents.

HIGH-SEA SALES

PROCUREMENT

g. 90% of basic value will be paid in 45 days from the date of signing of High Sea Sale agreement or 15 days from the date of submission of complete set of documentation, whichever is later.

Balance 10% of basic value (Retention money) will be paid in 15 days from the date of submission of supplementary invoice/documents against proof of completion of E&C.

Note: In case PBG is not furnished, only 80% payment will be released against 90% claim without the consent of Vendor. This 10% basic amount withheld towards PBG will be paid either against submission of supplementary invoice & Original PBG (or) against supplementary invoice without PBG after expiry of Warranty period.

h. 95% of the basic value will be paid in 45 days from the date of signing of High Sea Sale agreement or 15 days from the date of submission of complete set of documentation, whichever is later.

Balance 5% of basic value (Retention money) will be paid in 15 days from the date of submission of supplementary invoice/documents against proof of completion of commissioning.

Note: In case PBG is not furnished, only 85% payment will be released against 95% claim without the consent of Vendor. This 10% basic amount withheld towards PBG will be paid either against submission of supplementary invoice & Original PBG (or) against supplementary invoice without PBG after expiry of Warranty period.

i. 100% of basic value will be paid in 45 days from the date of signing of High Sea Sale agreement or 15 days from the date of submission of complete set of documentation, whichever is later.

Page 8 of 12

j. Comprehensive Annual Maintenance Contract: Evaluation methodology: Unless and otherwise specified in SCC, CAMC will be applicable for a period of 04 years from the date of expiry of warranty period (or) from the date of completion of commissioning of equipment, whichever is later and the total AMC value should not be less than 20% of the main supply value. In case the quoted total AMC value is less than 20% of the main supply value, BHEL shall evaluate Bidders Price deducting differential amount from main supply price and apportioning towards AMC charges. Payment terms: 100% AMC charges along with tax as applicable, will be paid in 15 days from the date of submission of supplementary invoice/documents against proof of completion of AMC on yearly basis. k. Terms of Payment for Training: 100% payment will be made in 45 days from the date of completion of

Training or 15 days from the date of submission of complete set of invoice along with documentary evidence, whichever is later.

LOADING FACTORS FOR DEVIATION IN PAYMENT TERMS (APPLICABLE FOR IMPORT PROCUREMENT ONLY): 1) For offers received with Sight draft payment term in place of Usance draft, loading applicable will be 1.0%

of basic value. 2) For offers received with Letter of Credit payment term with Usance of 45 days, loading applicable will be

2.5% of basic value. Additional loading of 2% will be applicable for payment term as Letter of Credit at Sight.

l. Any payment term with credit period of less than 45 days for indigenous supply/HSS and any other variation of payment terms are liable for rejection.

m. Standard payment terms indicated in Clauses: F (a), (b), (c), (d), (e), (f), (g), (h), (i), (j) & (k) will not attract any loading.

Note 1: Basic value of Purchase Order mentioned above will include all components of the purchase order and will exclude only taxes, duties, freight, training charges, E&C and AMC charges (wherever applicable). Wherever the Purchase Order is split into import portion and indigenous portion of supply, the retention money will be 10% (where scope includes E&C) or 05% (where scope includes Erection supervision & Commissioning) of both purchase order values put together.

Note 2: If the E&C could not be completed till the end of the Warranty period due to reasons not attributable to the supplier, BHEL will release the retention money to the supplier against Bank Guarantee for equivalent value valid for an initial period of one year.

Note 3: In case of Physical Export projects or wherever services are rendered by foreign suppliers in India, E&C charges (if quoted separately/extra by bidder) will be paid in 15 days from the date of submission of supplementary invoice/ documents against proof of completion of E&C.

Note 4: In case of multiple packages/units in a power plant, payment of retention money/E&C charges will be processed on pro-rata basis.

Note 5: No deviation will be permitted from the duration of Guarantee/Warranty and/or Comprehensive Annual Maintenance Contract period specified in SCC.

Page 9 of 12

G. Terms & Conditions to be complied under GST regime:

1. All invoices to contain BHEL-EDN (buyer) GSTIN number: 29AAACB4146P1ZB. However for CGST +SGST/UGST billing outside the state of Karnataka, invoice has to be generated with BHEL’s Nodal Agency GSTIN number. Address of Nodal Agency along with GSTIN number will be provided by BHEL at the time of issuing dispatch clearance.

2. The Bidder shall mention Bidder’s GSTIN number in all quotations and Invoices submitted.

3. The Bidder shall also mention HSN (Harmonized System of Nomenclature) / SAC (Services Accounting Code) mandatorily in all quotations and invoices submitted.

4. Invoice submitted should be in the format as specified under GST Laws viz., all details as mentioned in Invoice Rules like GST registration number(GSTIN), invoice number with date of issue, quantity, rate, value, taxes with nomenclature – CGST, SGST, UGST,IGST mentioned separately, HSN Code / SAC Code etc. Invoice should be submitted in original for buyer plus duplicate for credit availment.

5. Payment of GST to Vendor will be made only if it is matching with data uploaded by the Vendor in GST portal.

6. For invoices paid on Reverse charge basis – “Tax payable on reverse charge basis” to be mentioned on the invoice.

7. In case GST credit is delayed/denied to BHEL due to non/delayed receipt of goods and/or tax invoice or expiry of timeline prescribed in GST law for availing such ITC, or any other reasons not attributable to BHEL, GST amount will be recoverable from vendor along with interest levied/ leviable on BHEL.

8. In case vendor delays declaring such invoice in his return and GST credit availed by BHEL is denied or reversed subsequently as per GST law, GST amount paid by BHEL towards such ITC reversal as per GST law will be recoverable from vendor/contractor along with interest levied/ leviable on BHEL.

9. Vendor should intimate BHEL immediately on the same date of invoicing without any delay.

10. In case of discrepancy in the data uploaded by supplier in the GSTN portal or in case of any shortages or rejection in the supply, then BHEL will not be able to avail the tax credit and will notify the supplier of the same. Supplier has to rectify the data discrepancy in the GSTN portal or issue credit note (details to be uploaded in GSTN portal) for the shortages or rejections in the supplies, within the calendar month notified by BHEL.

11. Bidders to note that Rules & Regulations pertaining to E-way bill system are to be strictly adhered to, as and when notified by Govt. authorities.

H. Performance bank guarantee (PBG):

Performance bank guarantee (PBG) will be applicable as called in the tender documents. Unless otherwise specified in the SCC, the PBG against performance of the contract shall be valid for a period of 24 months from the date of dispatch of goods + claim period of 03 months, for a value equal to 10 % of the basic value of the purchase order which will include all components of the purchase order and will exclude only taxes, duties, freight, training charges, E&C and AMC charges (wherever applicable).

1. The BG issued in Indian Rupees by Banks in India is to be executed on Non-Judicial Stamp paper/e-

stamp paper of appropriate value as per Stamp Act prevailing in the State(s) where the BG is submitted or is to be acted upon or the rate prevailing in the State where the BG was executed, whichever is

Page 10 of 12

higher. The Stamp Paper/e-stamp paper shall be purchased in the name of Vendor/Bank issuing the guarantee.

2. No deviation for the duration and value of PBG will be permitted.

3. PBG shall be from any of the BHEL consortium of bankers (refer Annexure VI).

4. PBGs from nationalized banks are also acceptable.

5. PBG should be sent directly by the bank to the dealing executive mentioned in the purchase order located at the address mentioned in the purchase order.

6. PBG should be in the format specified (refer Annexure VII). No deviation to this format will be allowed. However in case BHEL changes the PBG format, bidder shall honor the same.

7. Bank Guarantee should be enforceable in Bangalore.

8. In Case of Bank Guarantees submitted by Foreign Vendors- a. From Nationalized/Public Sector / Private Sector/ Foreign Banks (BG issued by Branches in India) can be accepted subject to the condition that the Bank Guarantee should be enforceable in Bangalore. b. From Foreign Banks (wherein Foreign Vendors intend to provide BG from local branch of the Vendor country’s Bank)

b.1 Please note that Bank Guarantee issued by any of the Consortium Banks only will be accepted by BHEL. As such, Foreign Vendor needs to make necessary arrangements for issuance of Counter- Guarantee by Foreign Bank in favour of the Indian Bank’s (BHEL’s Consortium Bank) branch in India. It shall be noted that all charges for issuance of Bank Guarantee/ counter- Guarantee should be borne by the Foreign Vendor.

b.2 In case, Foreign Vendors intend to provide BG from Overseas Branch of our Consortium Bank (e.g. if a BG is to be issued by SBI Frankfurt), the same is acceptable. However, the procedure at sl.no. b.1 is required to be followed.

b.3 The BG issued may preferably be subject to Uniform Rules for Demand Guarantees (URDG) 758 (as amended from time to time).

9. Expired BGs / PBGs will be returned only after expiry of the claim period or on completion of the contractual obligation with respect to Purchase Order.

10. PBG shall not be applicable for spares.

I. PROVISONS APPLICABLE FOR MSE VENDORS (MICRO AND SMALL ENTERPRISES) :

Benefits/facilities as applicable for Micro and Small Enterprises (MSEs) shall be available to MSEs registered with Government designated authorities as per the Purchase & Price Preference Policy of the Government subject to them becoming eligible otherwise. Vendors who qualify as MSE vendors are requested to submit applicable certificates (as specified by the Ministry of Micro, Small and Medium Enterprises) at the time of vendor registration. Vendors have to submit any of the following documents along with the tender documents in the Part I / Technical bid to avail the applicable benefits:

a. Attested copy of valid NSIC certificate or

b. Attested copy of either Entrepreneur’s Memorandum part II (EM II) certificate/Udyog Aadhar certificate having deemed validity (five years from the date of issue of acknowledgement in EM II/Udyog Aadhar) or

c. EM II/ Udyog Aadhaar certificate along with attested copy of a CA certificate (Format enclosed at Annexure VIII where deemed validity of EM II certificate/ Udyog Aadhar certificate of five years have expired) applicable for the relevant financial year (latest audited).

Page 11 of 12

Date to be reckoned for determining the deemed validity will be the date of bid opening (Part-I in case of two-part bid and three-part bid).

Documents have to be notarized/attested by a Gazetted officer and must be valid as on the date of part I bid opening for the vendors to be eligible for the benefits applicable for MSE vendors. Please note that no benefit shall be applicable if any deficiency in the above required documents are not submitted before the price bid opening/Reverse Auction. If the tender is to be submitted through e-procurement portal, then the above required documents are to be uploaded on the portal.

Bidders to however note the documents that shall be furnished in order to establish credentials as MSE vendor should be as per the extant statutory requirements specified by the Ministry of Micro, Small and Medium Enterprises.

PURCHASE PREFERENCE FOR MSE VENDORS:

d. MSE vendors quoting within a price band of L1 + 15% shall be allowed to supply up to 20% of the requirement against this tender provided

1. The MSE vendor matches the L1 price.

2. L1 price is from a non MSE vendor.

3. L1 price will be offered to the vendor nearest to L1 in terms of price ranking (L2 - nearest to L1). In case of non-acceptance by the MSE vendor (L2), next ranking MSE vendor will be offered who is within the L1 + 15% band (if L3 is also within 15% band).

4. 20% of the 20% (i.e. 4% of the total enquired quantity) will be earmarked for SC/ST owned MSE firms provided conditions as mentioned in (1) and (2) are fulfilled.

5. In case no vendor under SC / ST category firms are meeting the conditions mentioned in (1) and (2) or have not participated in the tender, in such cases the 4% quantity will be distributed among the other eligible MSE vendors who have participated in the tender.

6. Serial no. 1 to 5 will not be applicable wherever it is not possible to split the tendered quantity/items on account of customer contract requirement, or the items tendered are systems. Such information that tendered quantity will not be split shall be indicated in the SCC.

J. INTEGRITY COMMITMENT IN THE TENDER PROCESS, AND EXECUTION OF CONTRACTS:

1. Commitment by BHEL: BHEL commits to take all measures necessary to prevent corruption in connection with the Tender process and execution of the Contract. BHEL will, during the tender process, treat all bidder / suppliers in a transparent and fair manner, and with equity.

2. Commitment by Bidder(s)/ Contractor(s):

a. The Bidder(s)/ Contractor(s) commit(s) to take all measures to prevent corruption and will not directly or indirectly try to influence any decision or benefit which he is not legally entitled to.

b. The Bidder(s)/ Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding or any actions to restrict competition.

c. The Bidder(s)/ Contractor(s) will not commit any offence under the relevant Acts. The Bidder(s)/ Contractor(s) will not use improperly, for purposes of competition or personal gain or pass on to others, any information or document provided by BHEL as part of business relationship.

d. The Bidder(s)/ Contractor(s) will, when presenting his bid, disclose any and all payments he has made, and is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract and shall adhere to the relevant guidelines issued from time to time by Government of India/ BHEL.

Page 12 of 12

If the Bidder(s) / Contractor(s), before award or during execution of the Contract commit(s) a transgression of the above or in any other manner such as to put his reliability or credibility in question, BHEL is entitled to disqualify the Bidder(s) / Contractor (s) from the tender process or terminate the contract and/ or take suitable action as deemed fit.

K. Integrity Pact (IP):

a) IP is a tool to ensure that activities and transactions between the Company and its Bidders/ Contractors are handled in a fair, transparent and corruption free manner. A panel of independent External Monitors (IEMs) have been appointed to oversee implementation of IP in BHEL.

The IP as enclosed with the tender is to be submitted (duly signed by authorized signatory who signs in the offer) along with techno-commercial bid. Only those Bidders who have entered into such an IP with BHEL would be competent to participate in the bidding. In other words, entering into this Pact would be a preliminary qualification.

b) Please refer Section-8 of the IP for Role and Responsibilities of IEMs (Annexure IX). In case of any

complaint arising out of the tendering process, the matter may be referred to the IEM mentioned in the tender.

Note: No routine correspondence shall be addressed to the IEM (phone/ post/ email) regarding the clarifications, time extensions or any other administrative queries, etc. on the tender issued. All such clarification/ issues shall be addressed directly to the tender issuing (procurement) department.”

Page 1 of 8

CE: PR: 002- Rev 01

GENERAL COMMERCIAL CONDITIONS FOR CONTRACT These ‘General Commercial Conditions for Contract for Purchase’ herein after referred to as GCC apply

to all enquiries, tenders, requests for quotations, orders, contracts and agreements concerning the supply of goods and the rendering of related services (hereinafter referred to as "deliveries") to Bharat Heavy Electricals Limited and any of its units, regions or divisions (hereinafter referred to as "BHEL" or the Purchaser) or its projects/ customers. Any deviations from or additions to these GCC require BHEL’s express written consent. The general terms of business or sale of the vendor shall not apply to BHEL. Acceptance, receipt of shipments or services or effecting payment shall not mean that the general terms of business or sale of the vendor have been accepted. Orders, agreements and amendments thereto shall be binding if made or confirmed by BHEL in writing. Only the Purchasing department of BHEL is authorized to issue the Purchase Order or any amendment thereof.

Definitions: Throughout these conditions and in the specifications, the following terms shall have the

meanings assigned to them, unless the subject matter or the context requires otherwise.

a) ‘The Purchaser’ means Bharat Heavy Electricals Limited, Electronics division, Mysore road, Bangalore 560 026, a Unit of Bharat Heavy Electricals Limited (A Govt. of India Undertaking) incorporated under the Companies Act having its registered office at BHEL House, Siri Fort, New Delhi-110049, India and shall be deemed to include its successors and assigns. It may also be referred to as BHEL.

b) ‘The vendor’ means the person, firm, company or organization on whom the Purchase Order is placed and shall be deemed to include the vendor’s successors, representative heirs, executors and administrator as the case may be. It may also be referred to as Seller, Contractor or Supplier.

c) ‘Contract’ shall mean and include the Purchase Order incorporating various agreements, viz. tender/ RFQ, offer, letter of intent/acceptance/ award, the General Conditions of Contract and Special Conditions of Contract for Purchase, Specifications, Inspection/ Quality Plan, Schedule of Prices and Quantities, Drawings, if any enclosed or to be provided by BHEL or his authorized nominee and the samples or patterns if any to be provided under the provisions of the contract.

d) ‘Parties to the Contract’ shall mean the ‘The Vendor’ and the Purchaser as named in the main body of the Purchase Order.

Order of Precedence: In case of any inconsistency or contradiction between any of the documents, the order of precedence shall be Purchase Order, LOI / LOA, Special Conditions of Contract and General Conditions of Contract for commercial conditions; and specific agreement on technical conditions, RFQ/offer and specification for Technical Conditions.

Interpretation:

In the contract, except where the context requires otherwise: a) words indicating one gender include all genders; b) words indicating the singular also include the plural and words indicating the plural also include the

singular;

Bharat Heavy Electricals Ltd.,

(A Government of India undertaking) Electronics Division

PB 2606 , Mysore Road Bangalore , 560026 INDIA

Page 2 of 8

c) provisions including the word "agree", "agreed" or "agreement" require the agreement to be recorded in writing, and

d) "Written" or "in writing" means hand-written, type-written, printed or electronically made, and resulting in a permanent record.

Applicable Conditions: 1. Price Basis: All prices shall be firm until the purchase order is executed / completed in all respects. No price

variations / escalation shall be permitted.

2. Ordering and confirmation of Order:Vendor shall send the order acceptance on their company letter head/ through e-mail within a week from the date of receipt of Purchase Order or such other period as specified/ agreed by BHEL. BHEL reserves the right to revoke the order placed if the order confirmation differs from the original order placed. The acceptance of goods/services/supplies by BHEL as well as payments made in this regard shall not imply acceptance of any deviations. The purchase order will be deemed to have been accepted if no communication to the contrary is received within one week (or the time limit as specified/agreed by BHEL) from the date of receipt of the purchase order.

3. Documentation:After receipt of Purchase Order, vendor should submit necessary documents(if & as

applicable) like drawings specified, bill of materials, datasheets, catalogues, quality plan, test procedure, type test report , O & M Manuals and/or any other relevant documents as per Specification/Purchase Order, as and when required by BHEL/Customer. At any stage within the contract period, the vendor shall notify of any error, fault or other defect found in BHEL’s documents /specifications or any other items for reference. If and to the extent that (taking account of cost and time) any vendor exercising due care would have discovered the error, fault or other defect when examining the documents/specifications before submitting the tender, the time for completion shall not be extended. However if errors, omissions, ambiguities, inconsistencies, inadequacies or other defects are found in the vendor's documents, they shall be corrected at his cost, notwithstanding any consent or approval.

4. Penalty: a. For delay in documentation: In the event of delay in submission of complete set of specified documents

((like drawings, bill of materials, datasheets, catalogues, quality plan etc. as called in tender specifications including soft copies wherever applicable) in required sets beyond two(02) weeks (or as agreed/indicated in the SCC/Purchase Order) from the date of receipt of Purchase Order(by email), penalty at 0.5% (half percent) per week or part thereof, limited to a maximum of 5% (five percent) of the basic material value of the Purchase Order will be applicable. Penalty for delayed documentation if applicable, shall be deducted at the time of first supply payment. If penalty is applicable for duration of less than a week, penalty @ 0.5% (half percent) of the basic material value will be deducted. GST as applicable will be recovered along with penalty amount.

b. For delay in delivery: In the event of delay in agreed contractual delivery as per Purchase Order, penalty

@ 0.5 % (half percent) per week or part thereof but limited to a max of 10% (ten percent) value of undelivered portion (basic material cost) will be applicable. Delivery will commence from the date of issue of Manufacturing clearance along with approved document. The date for which Inspection call is issued by vendor along with test certificates / test reports /Certificate of Conformance / calibration reports, as proof of completion of manufacturing will be treated as date of deemed delivery for penalty calculation. In the absence of furnishing such document indicated above as proof of completion of manufacturing along with inspection call, actual date of inspection will be considered as date of deemed delivery and BHEL will not be responsible for delay in actual date of inspection.

Page 3 of 8

Penalty for delayed delivery if applicable, shall be deducted at the time of first supply payment. If penalty is applicable for duration of less than a week, penalty @ 0.5% (half percent) of the basic material value will be deducted. GST as applicable will be recovered along with penalty amount.

5. Contract variations (Increase or decrease in the scope of supply): BHEL may vary the contracted scope as

per requirements at site. If vendor is of the opinion that the variation has an effect on the agreed price or delivery period, BHEL shall be informed of this immediately in writing along with technical details. Where unit rates are available in the Contract, the same shall be the basis for such additional work. Vendor shall not perform additional work before BHEL has issued written instructions/ amendment to the Purchase Order to that effect. The work which the vendor should have or could have anticipated in terms of delivering the service(s) and functionality (i.e.) as described in this agreement, or which is considered to be the result of an attributable error on the vendor's part, shall not be considered additional work.

6. Inspection: Prior written notice of at least 10 days shall be given along with internal test certificates/COC

and applicable test certificates. Materials will be inspected by BHEL-EDN-QS/CQS or BHEL nominated Third Party Inspection Agency (TPIA) or BHEL authorized Inspection Agency or Customer / Consultant or jointly by BHEL & Customer / consultant. All tests have to be conducted as applicable in line with approved Quality plan or QA Checklist or Purchase specification and original reports shall be furnished to BHEL-EDN, Bangalore for verification/acceptance for issue of dispatch clearance. All costs related to inspections & re-inspections shall be borne by vendor. Whether the Contract provides for tests on the premises of the vendor or any of his Sub-contractor/s, vendor shall be responsible to provide such assistance, labour, materials, electricity, fuels, stores, apparatus, instruments as may be required and as may be reasonably demanded to carry out such tests efficiently. Cost of any type test or such other special tests shall be borne by BHEL only if specifically agreed to in the purchase order.

7. Transit Insurance: Transit insurance coverage between vendor’s works and project site shall be to the account of BHEL, unless specifically agreed otherwise. However, vendor shall send intimation directly to insurance agency (as mentioned in dispatch instructions issued by BHEL) through fax/courier/e-mail, immediately on dispatch of goods for covering insurance. A copy of such intimation sent by vendor to insurance agency shall be given to BHEL along with dispatch documents. Dispatch documents will be treated as incomplete without such intimation copy. BHEL shall not be responsible for sending intimations to insurance agency on behalf of the vendor.

8. Mode of dispatch: Indigenous Scope: By road on Door Delivery Consignee Copy attached basis through your approved transporter (unless otherwise indicated in Dispatch Instructions), only on receipt of Despatch Clearance from BHEL. Imported Scope: By Air/Sea through BHEL approved Freight Forwarder/supplier approved Consolidator respectively as per agreed contractual terms, only on receipt of Dispatch Clearance from BHEL.

9. Changes in Statutory levies:

If any rates of Tax are increased or decreased, a new Tax is introduced, an existing Tax is abolished, or any change in interpretation or application of any Tax occurs in the course of the execution of Contract, which was or will be assessed on the bidder in connection with performance of the Contract, an equitable adjustment of the Contract Price shall be made to fully take into account any such change by addition to the Contract Price or deduction there from, as the case may be. However, these adjustments would be restricted to direct transactions between BHEL and the bidder /agent of foreign bidder (if applicable). These adjustments shall not be applicable on procurement of raw materials, intermediary components etc. by the bidder /agent.

10. Availing duty/tax exemption benefits by bidder, wherever applicable: BHEL shall issue the required

Certificate/s, as per relevant policies of the Govt. of India, to facilitate the bidders to avail any such benefits under the Contract. In case of failure of the bidders to receive the benefits partly or fully from the Govt. of India and/or in case of any delay in receipt of such benefits, BHEL shall neither be liable nor responsible in any manner whatsoever.

Page 4 of 8

11. Taxes against sub-vendor dispatches: All taxes/levies, as applicable in respect of all components, equipments and material to be despatched directly from the sub-vendor’s works to Site irrespective of the fact whether such taxes and levies are assessable and chargeable on Vendor or the BHEL, shall be to the vendor’s account and no separate claim in this regard will be entertained by BHEL.

12. High Sea Sales (HSS): Customs clearance of the consignment landed on Indian Sea/Air ports will be done by

BHEL based on the original HSS documents provided by vendors. Any delay in submission of complete/correct HSS documents to BHEL may incur demurrage charges. All demurrage charges on account of incomplete /incorrect HSS documents submission by vendor will be to vendor’s account and all such charges will be recovered from any of the available vendor bills with BHEL.

13. Packaging and dispatch:The Seller shall package the goods safely and carefully and pack them suitably in all respects considering the peculiarity of the material for normal safe transport by Sea/ Air / Rail/ Road to its destination suitably protected against loss, damage, corrosion in transit and the effect of tropical salt laden atmosphere. The packages shall be provided with fixtures/ hooks and sling marks as may be required for easy and safe handling. If any consignment needs special handling instruction, the same shall be clearly marked with standard symbols / instructions. Hazardous material should be notified as such and their packing, transportation and other protection must conform to relevant regulations. The packing, shipping, storage and processing of the goods must comply with the prevailing legislation and regulations concerning safety, the environment and working conditions. Any Imported/Physical Exports items packed with raw/ solid wood packing material should be treated as per ISPM – 15 (fumigation) and accompanied by Phytosanitory/ Fumigation certificate. If safety information sheets (MSDS – Material Safety Data Sheet) exist for an item or the packaging, vendor must provide this information without fail along with the consignment. Each package must be marked with Consignee name, Purchase order number, Package number, Gross weight and net weight, dimensions (LxBxH) and Seller’s name. Packing list of goods inside each package with PO item number and quantity must also be fixed securely outside the box to indicate the contents of each box. Total number of packages in the consignment must also be indicated in the packing list. Separate packing & identification of items should be as follows. 1. Main Scope - All items must be tagged with part no. & item description. 2. Commissioning accessories/spares - All items must be tagged with part no. & item description.

3. Mandatory spares - All items must be tagged with part no. & item description. Nevertheless, vendor shall adhere to dispatch & packing instructions issued by BHEL at the time of dispatch. 14. Assignment of Rights & Obligations; Subcontracting: Vendor is not permitted to subcontract the delivery or

any part thereof to third party or to assign the rights and obligations resulting from this agreement in whole or in part to third parties without prior written permission from BHEL. Any permission or approval given by the BHEL shall, however, not absolve the vendor of the responsibility of his obligations under the Contract.

15. Progress report: Vendor shall render such report as to the progress of work and in such form as may be called for by the concerned purchase officer from time to time. The submission and acceptance of such reports shall not prejudice the rights of BHEL in any manner.

16. Non-disclosure and Information Obligations: Vendor shall provide with all necessary information pertaining to the goods as it could be of importance to BHEL. Vendor shall not reveal any specified confidential information that may be divulged by BHEL to Vendor’s employees not involved with the tender/ contract & its execution and delivery or to third parties, unless BHEL has agreed to this in writing beforehand. Vendor shall not be entitled to use the BHEL name in advertisements and other commercial publications without prior written permission from BHEL.

17. Cancellation /Termination of contract: BHEL shall have the right to completely or partially terminate the

agreement by means of written notice to that effect. Termination of the Contract, for whatever reason, shall be without prejudice to the rights of the parties accrued under the Contract up to the time of termination. BHEL shall have the right to cancel/foreclose the Order/ Contract, wholly or in part, in case it is constrained to do so on account of any decline, diminution, curtailment or stoppage of the business.

Page 5 of 8

18. Risk Purchase Clause: In case of failure of supplier, BHEL at its discretion may make purchase of the materials

/ services not supplied / rendered in time at the RISK & COST of the supplier. Under such situation, the supplier who fails to supply the goods in time shall be wholly liable to make good to BHEL any loss due to risk purchase. In case of items demanding services at site like erection and commissioning, vendor should send his servicemen/representatives within 7 days from the service call. In case a vendor fails to attend to the service call, BHEL at its discretion may also make arrangements to attend such service by other parties at the RISK & COST of the supplier. Under such situation the supplier who fails to attend the service shall be wholly liable to make good to BHEL any loss due to risk purchase/service including additional handling charges due to the change.

19. Shortages: In the event of shortage on receipt of goods and/or on opening of packages at site, all such shortages, caused by supplier’s act or omission, shall be made good at free of cost within a reasonable time that BHEL may allow from such intimation. Transit Damages: In the event of receipt of goods in damaged condition or having found them so upon opening of packages at site, supplier shall make good of all such damages within a reasonable time from such intimation by BHEL. In case BHEL raises an insurance claim, the cost of material limited to insurance settled amount less handling charges will be reimbursed to supplier.

20. Remedial work: Notwithstanding any previous test or certification, BHEL may instruct the vendor to remove and replace materials/goods or remove and re-execute works/services which are not in accordance with the purchase order. Similarly BHEL may ask the vendor to supply materials or to execute any services which are urgently required for any safety reasons, whether arising out of or because of an accident, unforeseeable event or otherwise. In such an event, Vendor shall provide such services within a reasonable time as specified by BHEL.

21. Indemnity Clause: Vendor shall comply with all applicable safety regulations and take care for the safety of

all persons involved. Vendor is fully responsible for the safety of its personnel or that of his subcontractor’s men / property, during execution of the Purchase Order and related services. All statutory payments including PF, ESI or other related charges have to be borne by the vendor. Vendor is fully responsible for ensuring that all legal compliances are followed in course of such employment.

22. Product Information, Drawings and Documents: All specified drawings, technical documents or other

technical information received by Vendor from BHEL or vice versa shall not, without the consent of the other party, be used for any other purpose than that for which they were provided. They may not, without the consent of the Disclosing party, otherwise be used or copied, reproduced, transmitted or communicated to third parties. All information and data contained in general product documentation, whether in electronic or any other form, are binding only to the extent that they are by reference expressly included in the contract. Vendor, as per agreed date/s but not later than the date of delivery, provide free of charge information and drawings which are necessary to permit and enable BHEL to erect, commission, operate and maintain the product. Such information and drawings shall be supplied in as many numbers of copies as may be agreed upon. All intellectual properties, including designs, drawings and product information etc. exchanged during the formation and execution of the Contract shall continue to be the property of the disclosing party.

23. Intellectual Property Rights, Licenses: If any Patent, design, Trade mark or any other intellectual property

rights apply to the delivery (goods/related service) or accompanying documentation shall be the exclusive property of the Vendor and BHEL shall be entitled to the legal use thereof free of charge by means of a non-exclusive, worldwide, perpetual license. All intellectual property rights that arise during the execution of the Purchase Order/ contract for delivery by vendor and/or by its employees or third parties involved by the vendor for performance of the agreement shall belong to BHEL. Vendor shall perform everything necessary to obtain or establish the above mentioned rights. The Vendor guarantees that the delivery does not infringe on any of the intellectual property rights of third parties. The Vendor shall do everything necessary to obtain or establish the alternate acceptable arrangement pending resolution of any (alleged)

Page 6 of 8

claims by third parties. The Vendor shall indemnify BHEL against any (alleged) claims by third parties in this regard and shall reimburse BHEL for any damages suffered as a result thereof.

24. Force Majeure: Notwithstanding anything contained in the purchase order or any other document relevant

thereto, neither party shall be liable for any failure or delay in performance to the extent said failures or delays are caused by the “Act of God” and occurring without its fault or negligence, provided that, force majeure will apply only if the failure to perform could not be avoided by the exercise of due care and vendor doing everything reasonably possible to resume its performance. A party affected by an event of force majeure which may include fire, tempest, floods, earthquake, riot, war, damage by aircraft etc., shall give the other party written notice, with full details as soon as possible and in any event not later than seven (7) calendar days of the occurrence of the cause relied upon. If force majeure applies, dates by which performance obligations are scheduled to be met will be extended for a period of time equal to the time lost due to any delay so caused. Notwithstanding above provisions, in an event of Force Majeure, BHEL reserves for itself the right to cancel the order/ contract, wholly or partly, in order to meet the overall project schedule and make alternative arrangements for completion of deliveries and other schedules.

25. Warranty: Wherever required, and so provided in the specifications/ Purchaser Order, the Seller shall ensure that the goods supplied shall comply with the specifications laid down, for materials, workmanship and performance. Unless otherwise specified in SCC, warranty period shall be applicable for a period of 24 months from the date of delivery of goods or 18 months from the date of commissioning of goods, whichever is earlier. The warranty period as described above shall apply afresh to replaced, repaired or re-executed parts of a delivery. Unless otherwise specifically provided in the Purchase Order, Vendor’s liability shall be co terminus with the expiration of the applicable warranty period.

26. Limitation of Liability: Vendor’s liability towards this contract is limited to a maximum of 100% of the contract value and consequential damages are excluded. However the limits of liability will have no effect in cases of criminal negligence or wilful misconduct. The total liability of Vendor for all claims arising out of or relating to the performance or breach of the Contract or use of any Products or Services or any order shall not exceed the total Contract price.

27. Liability during warranty: Vendor shall arrange replacement / repair of all the defective materials / services

under its obligation during the warranty period. The rejected goods shall be taken away by vendor and replaced / repaired. In the event of the vendor’s failure to comply, BHEL may take appropriate action including disposal of rejections and replenishment by any other sources at the cost and risk of the vendor. In case, defects attributable to vendor are detected during Warranty period or where the commissioning call is issued within the warranty period, vendor shall be responsible for replacement/ repair of the goods as required by BHEL at vendor’s cost even after expiry of warranty period. Further if the equipment or any part thereof cannot be used by reason of such defect and/or making good of such defect, the warranty period of the equipment or such part, as the case may be, shall be extended by a period equal to the period during which the equipment or such part cannot be used by BHEL because of any of the aforesaid reasons. Upon correction of the defects in the facilities or any part thereof by repair/replacement, such repair/replacement shall have the warranty period for a period of twelve (12) months from the time such replacement/repair of the equipment or any part thereof has been completed.

28. Liability after warranty period: At the end of the warranty, the Vendor’s liability ceases except for latent defects. For the purpose of this clause, latent defects shall be the defects inherently lying within the material or arising out of design deficiency which do not manifest themselves during the warranty Period, but later. The Contractor’s liability for latent defects warranty for the equipment including spares shall be limited to a period of six months from the end of the warranty period of the respective equipment including spares or first time commissioning, whichever is later but not later than one (01) year from the date of expiry of warranty period.

Page 7 of 8

29. Compliance with Laws: Vendor shall, in performing the contract, comply with all applicable laws. The vendor shall make all remittances, give all notices, pay all taxes, duties and fees, and obtain all permits, licences and approvals, as required by the laws in relation to the execution and completion of the contract and for remedying of any defects; and the Contractor shall indemnify and hold BHEL harmless against and from the consequences of any failure to do so.

30. Settlement of Disputes:Except as otherwise specifically provided in the Purchase Order, decision of BHEL shall be binding on the vendor with respect to all questions relating to the interpretation or meaning of the terms and conditions and instructions herein before mentioned and as to the completion of supplies/work/services, other questions, claim, right, matter or things whatsoever in any way arising out of or relating to the contract, instructions, orders or these conditions or otherwise concerning the supply or the execution or failure to execute the order, whether arising during the schedule of supply/work or after the completion or abandonment thereof. Any disputes or differences among the parties shall to the extent possible be settled amicably between the parties thereto, failing which the disputed issues shall be settled through arbitration. Vendor shall continue to perform the contract, pending settlement of dispute(s).

31. Arbitration Clause in case of Contract with vendors other than Public Sector Enterprise (PSE) or a

Government Department:

ARBITRATION & CONCILIATION

The parties shall attempt to settle any disputes or difference arising out of the formation, breach, termination, validity or execution of the Contract; or, the respective rights and liabilities of the parties; or, in relation to interpretation of any provision of the Contract; or, in any manner touching upon the Contract, or in connection with this contract through friendly discussions. In case no amicable settlement can be reached between the parties through such discussions, in respect of any dispute; then, either Party may, by a notice in writing to the other Party refer such dispute or difference to the sole arbitration of an arbitrator appointed by Head of the BHEL–EDN. Such Sole Arbitrator appointed, shall conduct the arbitration in English language. The Arbitrator shall pass a reasoned award and the award of the Arbitration shall be final and binding upon the Parties. Subject as aforesaid, the provisions of Arbitration and Conciliation Act 1996 (India) or statutory modifications or re-enactments thereof and the rules made thereunder and for the time being in force shall apply to the arbitration proceedings under this clause. The seat of arbitration shall be Bangalore. The cost of arbitration shall be borne as decided by the Arbitrator upon him entering the reference. Subject to the Arbitration Clause as above, the Courts at Bangalore alone shall have exclusive jurisdiction over any matter arising out of or in connection with this Contract. Notwithstanding the existence or any dispute or differences and/or reference for the arbitration, the parties shall proceed with and continue without hindrance the performance of its obligations under this Contract with due diligence and efficiency in a professional manner except where the Contract has been terminated by either Party in terms of this Contract. Arbitration Clause in case of Contract with a Public Sector Enterprise (PSE) or a Government Department:

In the event of any dispute or difference relating to the interpretation and application of the provisions of the Contract, such dispute or difference shall be referred by either party for Arbitration to the Sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any Party aggrieved by such Award may make further reference for setting aside or revision of the Award to the Law Secretary, Department of Legal Affairs, Ministry of Law and Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary or Additional Secretary when so authorized by the Law Secretary, whose decision shall bind the Parties hereto finally and conclusively. The Parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.’

Page 8 of 8

32. Applicable Laws and Jurisdiction of Courts: Prevailing Indian laws both substantive and procedural, including modifications thereto, shall govern the Contract. Subject to the conditions as aforesaid, the competent courts in Bangalore alone shall have jurisdiction to consider over any matters touching upon this contract.

33. General Terms: That any non-exercise, forbearance or omission of any of the powers conferred on BHEL and /or any of its authorities will not in any manner constitute waiver of the conditions hereto contained in these presents. That the headings used in this agreement are for convenience of reference only. That all notices etc., to be given under the Purchase order shall be in writing, type script or printed and if sent by registered post or by courier service to the address given in this document shall be deemed to have been served on the date when in the ordinary course, they would have been delivered to the addressee.